Académique Documents
Professionnel Documents
Culture Documents
Working Paper
(Final Draft) March 4, 2007
Contents
Acknowledgements ........................................................................................... 9
1 Overview .................................................................................................. 12
2 Key Findings............................................................................................ 13
3 Main Recommendations......................................................................... 16
4 Introduction............................................................................................. 22
8 Participation ............................................................................................ 33
9 The First Phase of the Selection Process: Preparing the Request for
Proposals (RFP) .............................................................................................. 36
13 Transparency........................................................................................... 79
IV Recommendations .........................................................................84
V Annexes.........................................................................................106
Acknowledgements
This study has been prepared by a team headed by Giovanni Casartelli,
(Consulting Services Adviser OPCPR) and Professor Dr. Elmar Wolfstetter
(Consultant OPCPR)1 assisted by Martin Ehrenberg and Anders Pettersson.
Franco de Siervo and Piero Ravetta (Consultants) read and commented
extensively upon different drafts. Peer reviewers were Alfonso Sanchez, Renko
Campen, Eigil Pedersen, Enrique Pinilla, Jaime Roman (Consultants, OPCPR),
Els Hinderdael (Manager SARPS), Patricia Macgowan (Sr. Procurement
Specialist LCSPT), Jerry Lebo (Country Program Coordinator, EACNF),
David Potten (Head, Trust Fund Program Administration, TFO) and Joel
Turkewitz (Sr. Procurement Specialist, SARPS). Jan Walliser (Economic
Adviser, OPCCE), Eduardo Talero (Consultant) and Felix Prieto
(Sr.Procurement Specialist LCSPT), provided insightful comments. Carla
Bertoncino (Sr.Economist AFTH1) and Prof. Hina Nazar have lent themselves
to the interpretive process that the study has required. While former OPCPR
Manager Robert Hunja suggested, encouraged and supported the preparation of
the study, Bernard Becq (Chief Procurement Policy Officer, OPCPR)
supported its finalization and provided insightful comments. Patricia Rogers
edited the final draft. Most of the above mentioned people have not only
reviewed this draft but for years have participated in the discussion that has led
to the study itself. About 60 Bank staff, Task Team Leaders and Procurement
Staff provided observations and feedbacks along with professional and expert
consultants in different positions and sectors.
1
Dept. of Economics, Humboldt University at Berlin, Spandauer Str. 1, 10099 Berlin,
Germany
10
Executive Summary
12
Executive Summary
1 Overview
1. Effective selection and use of consultants is necessary if development
projects are to achieve their intended impact. The Guidelines: Selection and
Employment of Consultants by World Bank Borrowers (the Guidelines) are
intended to lead borrowers to secure consultants’ services by efficient contract
allocation (that is, by means that return value for money). This study
investigates how effectively the 1997 and subsequent editions of the Guidelines
are in achieving this goal by meeting the considerations of quality, efficiency,
economy, competitive fairness, transparency, and development of national
consultants.
2. Despite the Bank’s efforts to improve its assistance, this study finds that
borrowers are not getting the best out of their procurement of consulting
services.
2 Key Findings
5. Para. 1.4 of the Guidelines sets out the considerations that should
govern the selection and employment of consultants. For the orderly
identification and evaluation of issues, the study follows the Guidelines’
presentation of those considerations in the same sequence. The study’s findings
are based on the data obtained from a random sample of 120 Bank-funded
consulting contacts awarded by borrowers in FY03-04.
2
OPCPR is carrying out two related studies, one on “Integrity and Corruption in Professional
and Expert Services”, and the other on the Role of Consultants in Clients’ Capacity
Development.
14
expertise or the guidance to make this choice. As a result, the request for
proposals (RFP) functions as an imprecise discovery mechanism that
eventually discourages good consultants from competing: in only 57 percent of
cases do the invited consultants submit technical proposals that satisfy the RFP
minimum technical score (MTS). Interviews with staff and file correspondence
suggest that the Guidelines’ confusing language on the use of the different
parameters, including the selection methods, contributes to the
misinterpretation of the Guidelines by borrowers, and possibly also by Bank
staff.
8. Too much attention is paid to price competition and too little to the
quality of services, the project’s or the borrowers’ needs. EC members assign
similar quality scores to technical proposals that are quite differently priced,
and the sample cases show no significant correlation between quality and price
(ρ 0.09). In the sample, the average dispersion coefficient of the technical
scores is 1.12, while the price dispersion is 1.79. In 67 percent of the cases the
lowest-cost proposal is awarded the contract, and in 37 percent the proposal
with the highest technical score is also the lowest priced. Conversely, the
highest technical score is awarded the contract in 64 percent of cases. For the
study sample’s highest subset of risky and complex assignments, the technical
dispersion increases only minimally to 1.13, while the price dispersion jumps
to 2.10 and the lowest bid gets the award in 80 percent of cases.
9. The scoring formula for QCBS that the Guidelines prescribe (2.22) has
undesirable characteristics: (a) it favors higher-priced proposals; (b) it depends
on the lowest price in a way that makes it difficult for consultants to predict
how the rule rewards them for quality; (c) it makes it difficult for the borrower
to calibrate the scoring rule to the specifics of the selection case because it
includes the minimum price; and (d) it allows irrelevant proposals to change
the selection in a way that invites shill bidding. These flaws would not be so
troublesome if proposals prices were closer to each other. But in fact prices
show a high dispersion: in 28 percent of all QCBS cases in the sample, the
15
price dispersion factor is above 2. Even if ECs evaluate quality correctly, and
impartially, the scoring formula would distort the results. Moreover, the study
sample shows that the correlation between technical and financial scores (i.e.
between quality and price) is neither positive nor negative.
10. Efficiency and Economy. In most cases the selection process is taking
an unreasonably long time and is too expensive. On average the selection
requires 17 months and 400 to 700 pages of technical information, even though
the median value of the contracted assignments is only US$432,000. Preparing
the proposal is also costly: it can cost $30,000 to $60,000 to prepare a proposal,
with one chance in five of success. Yet the information value of proposals can
be low: the long delays in the award process mean that work plans and CVs
must very often be changed before the assignment starts. Good consultants
soon lose their appetite for participating when they consider the costs involved
and the slim chances of adequate reward, so World Bank-funded projects do
not always get the benefit of quality services. For lack of explanation in the
Guidelines, the consideration of “economy” of the selection process is often
confused by borrowers and Bank staff with the cost of the consulting services.
3 Main Recommendations
15. This study’s recommendations focus on those provisions of the
Guidelines that are incorrect or confusing and as a consequence leading to
wrong decisions or poor applications. The Guidelines should not be left as
they presently are. Two options are available: to revise the present Guidelines
or to rewrite them. The study’s conclusions suggest that the present version is
not working as intended also because it has been patched over the years when
new important considerations had to be added, resulting in a document that is
not entirely clear and coherent. However, the following eight key
recommendations propose only a revision.
17
Raise Efficiency and Economy
Increase Quality
17. Key Recommendation 2: Clarify and simplify the guidance. This can
be achieved by (a) rephrasing the Guidelines to avoid indicating that one
selection method is “recommended,” and link the choice of selection method to
the assignment terms of reference (TOR) and the value of the project; (b)
clearly describing the conditions for the use of each selection method; (c)
reducing the complexity of RFP calibration and proposal evaluation by
adopting STP and CQS for set dollar amounts (along the lines already adopted
by the Asian Development Bank). These measures alone, without altering the
present policy, can improve application of the Guidelines, reduce the overload
of technical information, and establish the importance of consultants’ past and
verifiable qualifications for a more reliable selection.
Increase Transparency
Part II
A draft of the study terms of reference (Annex 1) was circulated among the
various stakeholders. The study executed by OPCPR, started in November
2005, was made possible by contributions from Bank Consultants Trust Funds
of the Governments of Denmark, Germany, Italy, The Netherlands and
Sweden.
3
In 2004 the Bank has funded consulting services contracts for about $ 1.3 billion.
23
5 The Study’s Objective, Approach and Target Audience
The purpose of the “Guidelines on Selection and Employment of Consultants
by World Bank Borrowers”, 2004 Edition, the Guidelines is to describe Bank’s
policies and procedures to be followed for the efficient allocation and
execution of consulting contracts in Bank funded projects.
The key assumption of this study is that efficient contract allocation and the
satisfaction level of the interested parties can be explained to quite a good
extent by the way selection is regulated, the degree to which clients are able to
apply the regulation, create genuine competitive situations, and from the results
of the selection.
The objective of this study is first to assess to what extent the present
Guidelines lead clients achieve efficient consultant selection (value for money)
by addressing the above policy considerations and what may prevent them
from doing so. Second, it is to propose specific clarifications, updates and some
changes that would make the guidance more understandable and user-friendly
(transparent). Third, it is to suggest how the Guidelines could be modernized in
accordance to changing procurement best practices on selection and
employment, evolving Bank portfolio, and market as well as institutional
conditions faced by clients and consultants.
The study approach consists in investigating the selection process from the
particular angle of each of the above considerations. Consistent with the
procedures specified in the Guidelines, each step of the selection process is
examined in its measurable and significant dimensions, from the publication of
the initial request for Expressions of Interest (EoI), to the contract signature.
4
Neither the Guidelines nor the Bank SRFP provide definitions of the above “considerations”.
24
Obviously the problem extends beyond procurement regulation purely, as
problems of incompetent and unethical service delivery by consultants, or
incompetent or unethical client procurement decisions also pose risks that need
to be addressed as they can directly affect the procurement process and its
outcome. These aspects were always considered when observing facts and
recommending solutions but where not the explicit object of this study.
The target audiences are the Bank and the above mentioned participants to the
May 2005 BIMILACI. They pointed to the need to deepen the dialogue on
service quality and on the sustainability or effectiveness of current Bank
policies regulated by the present Guidelines. Bank clients, its operational staff
and the consultants may also be interested in this study.
5
The data collection phase took place from mid of November 2005 until mid of April 2006.
25
Table 1: Study Sample by Sector and Region
Sectors/ Regions ECA SAR EAP MENA LAC AFR Total
Agriculture 3 2 0 0 2 3 10
Education 2 1 1 2 1 1 8
Transport 2 6 2 0 2 8 20
Energy 4 1 1 0 0 4 10
Water 2 1 2 0 3 4 12
Health 2 7 2 2 1 4 18
Social 1 2 0 1 1 1 6
Public Admin & Law 4 2 1 0 4 6 17
Finance 2 3 1 0 4 1 11
Industry & Trade 1 0 1 0 0 0 2
Total 23 25 11 5 18 32 114
The choice of FY 03/04 as the study years was dictated by the availability of
recent information in Bank files and testimony from Bank staff. The backdrop
of this choice is that not all assignments examined have been completed yet.
For the purpose of this study the complete process of selection is split into two
phases, i) preparation of the RFP, including the short list, and ii) proposal
evaluation. Figure 1 describing the selection process for the different selection
methods contemplated by the Guidelines should facilitate reading the text.
26
Figure 1: Steps of the Selection Process
Finalize T O R
QBS
QCBS SSS LCS CQS
FBS
Define Eval. Criteria & Define Eval. Criteria & Define Eval. Criteria &
Min. Qualif. Mark Min. Qualif. Mark Min. Qualif. Mark
Prepare & Submit Tech. & Prepare & Submit Tech. & Prepare & Submit Prepare & Submit Tech. & Prepare & Submit Tech. &
Finan. Proposals Finan. Proposals Technical Proposal Finan. Proposals Finan. Proposals
Negotiate with Highest Negotiate with Highest Submit Financial Proposal Negotiate with Lowest
Negotiate
Scoring Proposal Ranking Tech. Proposal & Negotiate Corrected Price Proposal
Bank's No-Objection Bank's No-Objection Bank's No-Objection Bank's No-Objection Bank's No-Objection
Contract Award
The data tools were set up in such a way that one has access to:
• A record of all relevant details of the sample assignments;
• An in-depth analysis of the relevant data of each single assignment;
• An analysis of the statistical distribution of relevant characteristics of the
population of selected assignments and its relevant subsets.
For this purpose, an Excel data sheet was developed in which all relevant
details of each of the 114 assignments were entered and then automatically
analyzed. The information on each single assignment is stored in individual
data sheets which can be opened and checked independently from other data
sheets. The following Screenshots 1 and 2 illustrate parts of the Excel data
sheets, while Annex 2 provides a complete printout of one completed form.
27
Screenshots 1 and 2: Excel Data Sheet
28
All 114 data sheets were then integrated in a large Excel Workbook that
allowed extracting the characteristics from the complete study sample for
statistical analysis. Supplementary programming was done in “Visual Basic”.
Since the study’s objective is to examine each single step leading to the final
selection of the consultant for each assignment, the data sheets provide
information on the complete selection process. In addition, various tests were
automatically carried out, from checking the duration of the selection process
or counterfactual examinations on how the outcome would have been if various
meaningful variations of the current selection rules were applied.
In principle, the data tools developed for this study could also be regularly
applied by TTL or PS who need to monitor the selection process and to keep a
close eye on its statistics.
29
Part III
Findings
30
III Findings
As explained in the introduction, for the purpose of this study, the process of
consultants’ selection is assessed on the basis of the Guidelines’ six main
considerations. The selection process is split into two phases, preparation of the
RFP including the short list, and proposal evaluation.
6
Asian Development Bank ‘s Policies and Procedures on the Use of Consultants by ADB and
its Borrowers indicate 20-21 months as the duration of the Borrower procurement process as
against 7 months when the selection is conducted by ADB itself.
7
In 1995 the average prior review contract value was $ 1,214,000.
DURATION (MONTHS)
ACTIVITIES 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
Advertising - 159 days
Submit RFP to Bank for No Objection 116 days
45 days
World Bank estimated duration Average duration 97 assignments Median duration 97 assignments
32
Figure 2 shows that delays in the selection decrease as the selection process
advances: The longest delay is in the “short-listing stage” ending with Client’s
submission of the RFP (including the short list) to the Bank. This stage lasts
159 days in average (median 116 days). Even though web-based requests for
EoI have helped reduce submission time, the screening and review of on
average 21 EoIs per assignment remains very time-consuming and problematic.
The longest delays occur in cases where a Client with no familiarity with
selection procedures is required to evaluate qualifications of consultants with
whom he has very little or no previous experience. It should also be noted that
the average time allowed for proposal preparation, 45 days, is shorter than the
CSM estimate of 75 days.
The second phase of the selection, from receiving the proposals to submitting
the technical evaluation report to the Bank, takes 131 days on average (median
73 days). It is remarkable that the evaluation of proposals takes less time than
the preparation of the short list and the RFP. Increased familiarity with the
process and the focus on a limited number of submitted proposals perhaps
renders the process more manageable. The final part of the second phase, from
the Bank’s “No Objection” to the Technical Evaluation Report to the signature
of the contract, lasts 89 days in average. However, it should be observed that
the median of 54 days is below the 75 days estimated by the CSM.
The sample files suggest that the duration of the selection process is influenced
by several factors:
• Client’s low technical capacity and lack of familiarity with RFP
preparation;
• Large number of EoIs and volume of requested information;
• Insufficient time availability of EC members;
• Delays in the project’s implementation8;
• Absence of protocols regulating EC composition and evaluation
procedures;
• Inefficient approval processes at critical points, and incomplete or unclear
delegation of authority9;
8
Looking at the 15 cases with the longest delays from the sample study, only 3 assignments
pertained to implementation supervision of construction contracts.
33
Clients have first to deal with screening and evaluating in average 21 EoI of
varying dimension. They will then invite 5.3 proposals in average and receive
4.1 each containing 100-150 pages of technical text. Therefore evaluation
committees are faced with the review and evaluation of in total 400 to 700
pages of complex technical information. Thorough evaluating the submitted
material can easily take two to three weeks to each evaluator working on the
proposals on a 75% time basis.
8 Participation
For the 97 competed assignments of the study sample, an average of 21
expressions of interest was received. In total, 920 consulting organizations
were short-listed, alone or in association. The following figures show that the
average shortlist of the 97 competed assignments in the study sample includes
5.3 firms (Figure 3), the average number of received proposals is 4.1 (Figure
4), and 3 of them (57%), achieve the opening of their financial envelopes.
9
In countries facing donor or domestic pressures to improve governance (and reduce
corruption), the government approval process can become even more detailed and time
consuming.
34
100%
Cumulative Frequency
80%
97 Assignments
60%
Mean
40%
Median
20%
0%
0 1 2 3 4 5 6
Size of Shortlist
In slightly more than 80% of all cases, the short list consists of 4 firms or more.
The size of the short list is either 5 or 6 in almost 60% of the cases.
100%
Cumulative Frequency
80%
60% 97 Assignments
Mean
40%
Median
20%
0%
0 1 2 3 4 5 6
Number of Proposals
100%
Cumulative Frequency
80%
97 Assignments
60%
Mean
40%
Median
20%
0%
0% 20% 40% 60% 80% 100%
Submission Rate
The average proposal submission rate is 77% and the rate of admission to
opening of financial proposals is 57%. However, submission rates vary by
region as follows:
10
The figure displays these submission rates in the 90 to 100% spectrum. In reality they are all
100%.
36
among TTL and consultants vary. A closer look at the dropout cases in LAC
reveals that 51.5% of the dropouts were Part I consultants. 14 out of the total of
17 Part I consultants11 dropout cases pertained to assignments in Brazil and
Mexico where the local consulting industry is considered to be fairly capable,
competitive but also protected.
The study sample shows that Clients generally specify and compose the RFP as
if its parts bore no relation to each other and not as an internally consistent
search mechanism. This is particularly evident in the description of the scope
of work and the related staff-months estimate or budget. Quite often the
specialist who has prepared ToR, staff moths or cost estimate has little role in
the specification of the RFP, the short list preparation and in the selection itself.
The ToR specify the nature and the objectives of the assignment, the type and
scope of the services needed, and the expected outcomes. The ToR are the first
11
Part I consultants are firms from non-borrowing Bank member countries.
12
The data are sourced from: “The Consulting and Architectural Groups, a Swedish and
International Survey, Swedish Federation of Consulting Engineers”, November 2005 and
“Vault Guide to the Top 50 Consulting Firms – Management and Strategy 2005 Edition” Vault
Career Library.
37
part of the RFP to be prepared, and the key one, as they identify the main
technical characteristics and risks of the consulting assignment, and influence
the specification of all the other selection parameters. For the purpose of this
study the ToR of all sample assignments were examined, classified and graded
according to those characteristics.
The ToR of the study sample were first grouped under the headings:
(1) Project Preparation;
(2) Project Implementation; and
(3) Technical Assistance.
For each group, the ToR were then classified according to three categories of
risk, implied in the following considerations (para 3.2 of the Guidelines):
• Complexity/specialization, (Risk of design mistakes, cost overruns, delays)
• Project value and/or downstream impact, (Risk of economic losses, safety)
• Level of direct impact, (Temporal proximity of impact)
• Comparability of the proposed services, (Risk of poor selection)
Each ToR was then rated on a risk scale from 4 to 12, whereby each main
characteristic was given a score between one and three points. For example a
simple ToR with limited value and low direct impact was rated 4, while a
complex assignment combined with large direct downstream effects, or high
project value, likely to be proposed in ways difficult to compare, received a
maximum risk rating of 1213. This risk rating provides an approximate
indication of the potential consequences of mistakes of the consulting services
for the project. The grades were distributed as follows:
Grades 12 – 10 (High Risk): Very complex or complex ToR for high value
projects. ToR that are not detailed or sufficiently specific, making
proposals difficult to prepare. ToR in which the Client asks consultants for
new approaches, innovative solutions and methodologies likely to lead to
differing work plans. Technical proposals for these assignments are
difficult to compare and the downstream impacts can be direct, large, long
lasting and hard to mitigate. ToR where the related project value is affected
by the services’ quality. Common examples: Master plans, pre-and
feasibility, design studies of complex or/and specialized high value projects
(not only infrastructure); complex strategy studies, institutional reform
13
Some ToR may be borderline: in fact a ToR graded 9 and assigned QCBS as a selection
method could be easily considered a QBS case especially if the client does not want to trade
quality and price by means of a scoring formula.
38
Grades 5 – 4 (Low Risk): Well specified ToR for simple and low-impact
assignments requiring fairly common and explicit knowledge. Solutions
and methodologies are already known and sometimes even pre-packaged.
Proposed work plans should be comparable. This group includes
technology services, audits, inspection and surveillance services, awareness
campaigns, statistic surveys, simple field investigations; implementation of
simple technical assistance; humanitarian assistance services of a basic
nature. For these assignments, the value of the underlying project cannot be
markedly affected by the quality or the outcome of the services.
39
The following Screenshot 3 illustrates the method adopted for grading the ToR:
Screenshot 3: Grading the ToR
The rating exercise carried out for all assignments of the study sample suggests
that their respective ToR indeed show differentiated risk characteristics.
Therefore, in accordance with Bank Guidelines they require different selection
methods including a different weight for quality. Based on the above
definitions the sample assignments where graded as illustrated in Table 5.
One can question the decision of setting the borders of the risk grades between
9 and 10 and between 6 and 5. Obviously the decision is in part based on a well
considered judgment of the authors. Setting the borders somewhat higher (or
lower) would be justified by assuming more (or less) risk adverse Clients.
It is observed here that the present Guidelines, as well as past ones, do not
contain any reference to the need for risk analysis. Para 3.2 of the Guidelines
on “Terms of Reference” does not mention the risk or complexity level of an
assignment nor hint to a relation existing between ToR and the main process
parameters, such as the selection method, the type of contract and the short list
for preparing a balanced and effective RFP.
The higher the risk grade, the more arduous is for the Client to indicate a staff
month estimate consistent with the ToR, and even more to prepare a reliable
cost estimate14. For the invited consultants a risky guessing game starts when,
14
In the 2004 Guidelines the Client can provide either the staff months estimate or the cost
estimate but, correctly, not both. Para 2.4 indicates that a “well-thought and thorough cost
estimate is essential if realistic budgetary resources are to be earmarked”: the main reason for
having a cost estimate in the RFP is another one, namely to guide the consultants on the desired
41
after reading the ToR, they try to figure out how the Client has arrived at these
estimates and how to respond with a fitting technical proposal.
The weakness of quoting in the data sheet a staff months or alternatively a cost
estimate without differentiating between national and international consultants
is exacerbated, as will be later discussed, when QCBS is applied to
heterogeneous shortlists because of the characteristics of this selection method.
Differing unit remuneration rates when using QCBS can transform the
selection into an inefficient and unfair price competition because the
composition of the estimate is not specified and/or the evaluators, as will be
seen in 11.1, give similar scores to different technical proposals. The attached
extreme, but real example of a QCBS case provides an illustration of this.
In this example the RFP indicated 300 as the estimated key staff months
without any further distinction between international and domestic, and 70
points as the Minimum Technical Score. The question remains how the Client
composed this estimate and the short list, and how comparable the technical
proposals really were.
After ToR, staff months or the cost estimates have been established, the Client
decides the selection parameters, in particular:
• the evaluation criteria and their score ranges,
• the minimum technical score (MTS),
• the selection method,
• if QCBS is chosen, the relative weight of quality,
• the factors determining the short list composition and
• the type of contract.
cost of the contract. If the client must reveal a budget the ToR need to be precise and FBS
should be adopted.
42
manner allowing him to discover the proposal that best matches the proposed
ToR. A well specified and coherent RFP would allow consultants to understand
exactly what is required and encourage them to provide the information needed
(i.e. the proposal) to demonstrate their suitability for the assignment.
Para. 2.15 of the Guidelines and the Standard RFP Data Sheet recommend the
following standard evaluation criteria and scoring ranges:
The study shows that Clients stay within the Guidelines recommended score
ranges in 90% of the cases but do not consider the risk characteristics of the
ToR when distributing maximum and minimum scores. A high risk ToR should
require a stronger emphasis on methodology and work plan, as recommended
in para. 2.16 of the Guidelines. In all reviewed cases of high risk or complex
assignments (ToR graded 10 to 12) the average score awarded to the
methodology is only 33.5, whereas the Guidelines allow up to 50 points.
Relaying too much on proposed on key professional staff can be debated, as the
delays mentioned in Chapter 7 can put the robustness of this criterion in
question even if consultants are left with the burden of proving equivalence in
case of substitutions (sometimes unfairly).
The Guidelines do not provide suggestions for setting the Minimum Technical
Score (MTS) except for the case of a LCS.16 Based on the study sample the
MTS is set as follows:
In 84% of the reviewed cases Clients opt for a MTS of either 70 or 75 points. It
would also be reasonable to expect that Clients correlate the MTS with other
parameters such the risk/complexity grade of assignment ToR, including the
impact of the services on the underlying project. In reality, the correlation
coefficient between the grade of the ToR and MTS in the sample is positive but
only slightly above zero. The average number of technical proposals scoring
above the MTS is 3 out of 4.1 proposals presented (based on 97 assignments),
or 57% of all consultants short-listed.
15
As the sampled assignments are competed on the basis of QCBS consultants avoid including
such staff in the proposals unless the Client explicitly specify them, which almost never
happens.
16
Para. 3.6 referring to Least – Costs Selection (see footnote 31 of the Guidelines) indicates
that for LCS the Minimum Qualifying Mark shall be 70 points or higher.
44
QCBS is used for almost 91% of assignments where competition takes place.
This indicates that perhaps lacking adequate training, Clients opt for QCBS
without regard for risk/complexity of the ToR, project value, and comparability
of proposals and composition of the short list.
Considering that para. 1.5 of the Guidelines recommends that “the selection is
based on the quality of the proposals and where appropriate, on the cost of the
services”, the reasons for preferring QCBS requires consideration. Clients
appear to recur to QCBS compulsively for lack of sufficient experience in
evaluating quality and to avoid the suspicion of discretion. In many Part II
countries, selection of consultants based on “least cost” and contract
negotiations with “bargaining” are found to be quite frequent. The perception
of low paid Client’s staff that consultants are overpaid, coupled with a lack of
appreciation for the value of independent of the advice provide additional
reasons for “squeezing the consultants”.
The 1997 Guidelines and their subsequent editions use QCBS to describe the
selection process and the 2004 edition call QCBS “the most commonly
recommended method” (para 1.5 the Guidelines, sentence 3). This may
reinforce the Clients’ latent preference for QCBS. The interviews with Bank
staff confirm that the wording of the Guidelines and the advice, or lack thereof,
45
The interviews with Bank staff confirm a widespread belief that prices of
services can be directly compared independent of the assignment
characteristics, comparability of proposals and value of the underlying project.
It is therefore not surprising that Clients’ preferences for QCBS are almost
never objected.18
The sample statistics show that the Clients adopted QCBS in almost 91% of the
competed cases, although para. 3.2 of the Guidelines recommends QBS for
complex or highly specialized assignments with high downstream impacts that
can be carried out in substantially different ways. Based on the grading of the
ToR, (see 9.1.1), 32% of the observed assignments earn a grade from 10 to 12
and satisfy the Guidelines’ conditions for QBS. This percentage increases to
41% if assignments graded 9 are included among those labeled “risky and or
complex”. In fact, only in two of the 97 competed cases Clients adopted QBS.
It is troubling to observe that in all these cases the Bank “No Objection” was
provided without any question or warning to the client.
17
In FY 1978, 50% of Bank funded assignments were awarded on a SSS basis.
18
Procurement Plans annexed to the Project Appraisal Document show in general the list of
Consultant contracts to be awarded in the course of the project. Although at that point the ToR
for the contracts’ assignment is not yet available QCBS is the selection method generally
indicated or suggested. Many TTL have declared that this part of the PAD is left to PS staff
without any discussion on the choice of the selection method taking place.
46
Para. 2.8 of the Guidelines prescribes to ensure fair competition, that “the
shortlist should preferably comprise consultants of the same category, similar
capacity, and business objectives”. Should a short list mix other organizations
such as NGOs, government agencies, research institutes and foundations with
typical consulting firms, para. 2.8 recommends that QBS or CQS (for small
assignments) be applied instead of QCBS.
In the study, in 35% of competed cases Clients’ short lists mix consultants with
“other organizations”, but disregard the requirement of para. 2.8, and the
possible consequences for the fairness of the competitive process. Also, the
ensuing price dispersion is not considered a factor of concern.
According to para 2.1 of the 2002 Guidelines, “the relative weight to be given
to quality shall be determined for each case depending on the nature of the
assignment”. Para. 2.22 further states that “the weight for ‘cost’ shall be
decided by taking into account the “complexity of the assignment and the
relative importance of quality”. The same paragraph provides that for the
assignments requiring QCBS “the weight for ‘costs’ shall ‘normally’ be in the
range of 10 to 20 but in no case shall exceed 30 points out of a total score of
100.”
In the sample cases in which QCBS was adopted, the relative weight of quality
α, in average 0.78, is distributed as follows:
The sample refers to FY 03/04 when the 2002 Guidelines where in place.
The 2004 Guidelines tightened the instruction indicating that “the weight for
cost should normally be 20 out of a total score of 100”. This has probably
further narrowed the distribution and placed the mean α closer to 0.80 .
In the sample Clients tend to define the weight of quality without considering
the “complexity of the assignment or the relative importance of quality”
suggested by para. 2.23. Contrary to logic, in 30% of the reviewed complex or
high risk assignments (where the ToR have been graded between 10 and 12)
47
Para.4.1 of the Guidelines directs users to adopt the Lump-Sum contract model
when the assignment is simple and the output of the services and their related
payments can be tied to each other19. When the assignments are risky or
complex para 4.2 advises to use the Time-Based contract20.
Notwithstanding the guidance, one observes that in the sample, as in the case of
the other already discussed parameters, Clients offer either forms of contract
independently from the risk or complexity characteristics.
This indifference causes that consultants are proposed Lump Sum Contracts for
risky assignments that expose them to the possibility of delayed or even lost
payments, for reasons over which they may have little, or no control. Contrary
to what one would expect, quite a few simple, low risk assignments receive
Time-Based Contracts. A common characteristic of both contracts, and perhaps
a cause of confusion between them, is that both focus strongly on compliance
and obedient behavior rather than quality of services and deliverables as
measures of Client’s satisfaction.
The third consideration of the Guidelines (para 1.4) requires borrowers “to give
all qualified consultants an opportunity to compete”. They further indicate that
the Client’s RFP for the assignment shall be sent a short list of consultants with
(para 2.6) a “wide geographic spread” (para.2.6) and include “not more than
two consultants originating from the same country, while at least one should
originate from a developing country (if a qualified one is available)”. It appears
19
Lump Sum Contracts should be used for simple planning and feasibility studies, detailed
design of standard or common structures, preparation of data processing systems etc.
20
Time-Based Contracts should be adopted for complex studies, supervision of construction,
advisory services, and most training assignments.
48
that the Guidelines are more concerned with the geographic origin of the
shortlist that with its quality.
With respect to fairness, it is also required (para 2.8) that the short list be as
much as possible composed of consultants of “same category, similar capacity
and business objectives” and that, lacking this possibility, consultants should
be selected on QBS or CQS. These rather vague requirements are not easily
understood and fulfilled. They often also contradict the requirement of a “wide
geographic spread etc.”, because of the different organization and cost structure
of consulting firms in Part 1 and Part II countries.
The 159 days needed by Clients preparing a suitable short list and the RFP,
together with the low participation rates of invited consultants suggest that
clients have serious difficulties interpreting and satisfying Bank requirements
on short listing that need to be addressed.
Starting with the 1997 Guidelines, Clients must first publish a Request for EoI
in a “Specific Procurement Notice” (SPN). The publication of the request
provides fairness and transparency, at least formally, to the first part of the
selection process, and allows Clients to collect information from consultants
that they may not know or that may not be aware of this opportunity.
In about 40% of the sample cases, the document files examined contain
extensive short-listing reports, although they, strictly speaking, are not required
by the Guidelines. Clients are led to prepare these large documents confused by
49
the fact that certain donors (including the EU) require the submission of formal
“prequalification reports”. These reports focus on technical parameters that
allow consultants’ technical qualifications to be quantified and added up, but
cannot capture factors such as integrity record and trustworthiness of
candidates because of past work for this client. The need of matching the short
list with the ToR and other RFP parameters is not considered, and it is obvious
that some Clients prepare these reports only to satisfy transparency and
compliance concerns.
Their value, or the extent to which the reports help overcome information
asymmetries between consultants and clients and help prepare a well fitted
shortlist well matched to the client and its ToR, does not compare with time
and effort spent for preparation.
The study shows that Clients include in their short lists in average 5.3 firms and
that the geographic spread objective is “somehow” satisfied in the majority of
the cases requiring international competition, as shown in Table 1321.
50
Table 13: Short-listed Consultants from Part I and Part II by Country (Study
Sample)
Part I Part II Borrower Part II Others
Country No Country No Country No
UK 106 Indonesia 45 India 12
USA 86 Pakistán 43 Bangladesh 12
Germany 57 Brazil 41 South Africa 9
Canada 40 India 30 Turkey 4
France 37 Turkey 21 Egypt 4
Netherlands 31 Bangladesh 16 Thailand 3
Australia 31 Tanzania 15 Costa Rica 3
Spain 19 Russia 14 Philippines 2
Denmark 19 Uganda 13 Jordan 2
Sweden 18 Lebanon 11 Zimbabwe 2
Italy 11 Nigeria 9 Pakistan 2
Norway 8 Zambia 8 Ukraine 1
Switzerland 8 Philippines 7 Colombia 1
Belgium 7 S.Africa 6 Panama 1
Finland 6 Bolivia 6 Lesotho 1
Japan 6 Serbia 5 Albania 1
Israel 5 Croatia 5 Slovenia 1
Ireland 4 Argentina 5 Peru 1
Hong Kong 3 Afghanistan 5 Iran 1
Austria 2 Romania 5 Sri Lanka 1
New Zealand 2 Ghana 4 Macedonia 1
Greece 1 Vietnam 4 Ghana 1
Others - Others 25 Others 4
55% 507 37 % 343 8% 70
Insisting on wide geographic spreads can lead to Clients inviting less qualified
consultants that they do not know well, and that have little chance of being
awarded the contract “in a professional way”. This forcing of geographic
considerations can compromise the integrity of the selection process and
eventually its outcome, especially in the case of inexperienced Clients facing
unscrupulous consultants, and vice versa.22
22
In several instances proposal Evaluation Reports indicate under the heading “consultants
specific experience” that the consultant does not appear to have “sufficient experience” to
51
Para 1.3 of the Guidelines (starting with the 1997 edition) includes under the
term “consultants” a wide variety of public and private entities that
occasionally provide consulting services. Organizations “other than
consultants” are NGOs, universities, government agencies23 and public
institutes, all of which have both different business objectives and cost
structures than private consulting firms. According to the study 35% of the
organizations appearing in the sample shortlists can be classified as “other than
consultants”
For consultants, even when the quality of the RFP is high, trusting the EC
capacity of evaluating professionally and impartially remains the fundamental
concern. What happens with their labor intensive and expensive proposals after
submission is a justified preoccupation. The review of the evaluation reports
discussed in Chapter 11 confirms that the relationship between the quality of a
technical proposal and the score assigned to it by members of the EC can be
undertake the proposed assignment; this implies that the Client did not know the capabilities of
the firm when the shortlist was prepared.
23
In further 12% of all reviewed assignments, the shortlist included only NGOs.
52
Sector specialists presence in ECs is smaller (38%) than one would expect
considering that the proposals are generally large and complex. In 20% of the
sample cases the EC includes a procurement specialist, not necessarily expert
in consultant selection. In only 7% of cases, the EC includes an independent
member (appointed by third parties e.g. donors). Although these individuals
can add an independent vote in the EC, in order to be truly beneficial they
53
Supervisory authorities and directors are involved in 62% of the cases (often
chairing the EC), although their knowledge of the specific consulting
assignment may be superficial. Also the attention they can dedicate to the
complexities of technical proposals is limited. The reason for their presence in
the EC as evaluating members is normally to exercise control. However, their
presence often intimidates lower ranking evaluators.
Finally, the sources of external pressure on the EC decisions vary from higher
authorities disagreeing with ECs decisions and delaying their clearance, to
competing consultants (or their representatives) trying to influence the EC or
the higher authority. The study files and testimonies suggest that these
pressures are indeed frequent. The average of 131 days (median 73) elapsing
between submission of proposals and the transmission of the evaluation report
to the Bank, are an indicator of the difficulties that ECs member meet
delivering decisions, as well of the “hesitation” of the higher authorities in
endorsing them.
Albert Einstein
Consistent with the Bank statistics of prior review awards, the study sample
shows that 91% of all assignments are competed on the basis of QCBS. In 11%
of the QCBS cases, only one financial proposal was opened. For the remaining
cases, the following joint distribution of score ranks was observed:
The highest technical score is awarded the contract in 64% of cases. In the
remaining 36%, the award goes to lower ranked technical proposals (second,
third and forth ranked)24. Conversely, the highest financial score i.e. the lowest
price is awarded the contract in 67% of cases, with the lowest price being also
the highest technical proposal in 35% of them. If one assumes that quality and
price of winning proposals should be positively correlated, the above results
can represent quite a disturbing surprise. Furthermore, in the study sample the
correlation coefficient between technical and financial proposals scores is
negligibly small (ρ =0.09) although positive.
24
The ADB has reported in 2005, that the switching in rank due to the introduction of QCBS
changes the contract award in 20% of cases in their evaluations. It may be that , all other things
remaining the same, ADB staff does prepare more homogeneous short lists than Bank clients.
55
Looking into the individual cases of the QCBS sample to ascertain reasons and
dynamic for the success rate of low priced proposals, it is useful to look at the
characteristics of the winners.
National firms participating alone win 32% of the awards, and make very little
use (2%) of international support. On the contrary international firms make
very large use of local professionals either employing them directly or through
local associates. As the QCBS rule does not require the RFP to specify the
Client’s suggested distribution between international and national staff months,
international firms crowd-in local consultants to lower their financial proposals
(in 4% of cases the international firms provide only the name while the entire
key staff is local).
In the sample the mean dispersion of technical scores is 1.1225 while the mean
dispersion of prices is 1.79. This suggests that ECs give similar scores to
technical proposals perhaps because they have difficulties observing quality
from proposals and scoring it, or because they don’t care much about quality
itself. The same proposals show very different team compositions of PartI/Part
II consultants which are quite differently priced. As a combined result, the
scoring rule often awards the contract to the lower priced proposals as shown in
Table 15.26 In fact in the study sample the median remuneration rate of Part I
consultants is $16,700 per staff month, compared to $3,100 of consultants from
Part II countries.
The mean dispersion of quality scores does not change significantly if one
separates the complex assignments from the simple ones (Table 17). Instead,
the price dispersion gets even higher for proposals of complex assignment.
25
The average technical score dispersion (Stmax/Stmin) for all evaluated proposals including
those that where rated below the MTS is 1.30.
26
Evaluators observing the staff month distribution of proposals can form an idea of their price
ranking and based on this influence the technical score of the proposals.
56
In the sample, in 5% of cases the highest ranked technical proposal with also
the highest price receives the award. Of them, only one case (nr.3) stands out
for receiving a very high score compared to others, and the highest price.
Looking at the cases individually, some appear consistent with a shill bidding
pattern, although it typically does not succeed.
Using QCBS in lieu of QBS implies for the sample an average loss of 3.79
quality points:
Table 18: Frequency and Extent of Technical Score Loss ( dSt ) due to using
QCBS in Lieu of QBS
small intermediate high All
dSt ∈ (0,2] dSt ∈ (2,5] dSt > 5 dSt > 0
# of Cases 9 11 9 29
Frequency 31% 38% 31% 100%
MeanLoss 1.47 3.093 7.14 3.79
27
The data files of the study contain one Excel worksheet for each assignment (see Annex I).
This worksheet contains all available information, including a full record of each evaluator’s
technical scores. For each assignment it also includes an analysis of each evaluator’s scoring
patterns
58
Table 20: Mean Tech. Scores of Different Score Ranks (highest: 1 to lowest: 6)
Summary Technical Score Rank
Statistics 1 2 3 4 5 6
MeanScore 86.50 80.90 76.74 71.95 66.51 61.39
Stdev 6.23 7.92 8.61 12.15 13.09 14.09
CorrCoeff –0.98
This suggests a negative correlation between the score rank and the measure of
dispersion of scores. Table 20 displays the mean scores of different score
ranks, from rank 1 (highest score) to rank 6 (lowest score), and the standard
deviation of the associated technical scores. Clearly, the top score ranks (say
rank 1 and rank 2) are less dispersed than the lower ones (say rank 5 and 6),
and the correlation coefficient is –0.98. This suggests that evaluation
committees tend to do a better job at sorting out differences concerning those
technical proposals that are considered more valuable and rank higher.
One useful tool to assess such differences was to look at the dispersion of
technical scores across evaluators, which is measured in Table 20 by the
standard deviation of technical scores. A high standard deviation indicates a
high level of disagreement. A method was developed in this study to visualize
the scoring pattern of individual evaluators and is described in Annex 3.
Comparing the display of the original and the purified scores in Annex 3, one
sees that the generosity bias obscures the presence and extent of disagreement
between evaluators. Once that bias is cleaned, true disagreement between
evaluators over the ranking of proposals becomes clear and evaluators if
willing can try to deal with it. This purification is meant to render the
preferences of each individual more visible, which facilitates the comparison
and reconciliation of scores among members.
In order to detect possible corruption that makes a difference, one should check
for decisive influence of evaluators and groups of evaluators. An evaluator has
exerted decisive influence in favor of a particular proposal if that proposal wins
only due to the technical scores given by this evaluator. In that case, one would
check whether a particular evaluator has been decisive in selecting a proposal
as the one with the highest technical score.
As a routine procedure, the sample data sheets contain a check for decisive
influence concerning the highest technical score. This is done by computing the
rank order of technical scores that would have occurred if the scores of an
individual evaluator had been neglected in the computation of the average
score.
The study finds that decisive influence concerning the rank order of technical
scores occurs in a fairly large number of cases, as summarized in Table 21.
60
Table 21: Share of Evaluators with Decisive Influence in the Study Sample
Scores Mean Stdev
Unpurified 9.4% 0.49
Purified 15.89 % 0.44
This suggests that one should change the rules for computing the technical
score in such a way that decisive influence is neutralized. It is shown how to do
that in Section 11.2.3 as well as in Annexes 2 and 3.
A simple way of reducing the effect of outliers i.e. evaluators that score far
way from the rest, is usual to compute the technical score as a simple average
of the scores given by individual evaluators. “Simple” means that each
evaluator’s score is given the same weight. Yet, in order to neutralize decisive
bias, the client could when specifying the RFP, give less or even no weight to
outliers.
Going one step further, one can compute the median of the quality scores of all
evaluators. The median is the quality score of the evaluator who is “in the
middle”: one half of the evaluators rate the proposal higher, the other half rate
it lower than the median evaluator. Unlike the mean, the median is not affected
by outliers. An extreme evaluation by a single, biased evaluator (possible
because he has been bribed) has no effect on the median score. A Monte Carlo
simulation of median aggregation was conducted and is illustrated in Annex 4.
61
11.3.1 Summary
In QCBS the selection is made on the basis of a scoring rule that maps the two
components of a proposal – the technical and the financial proposal – into a
total score. Examining the scoring rule currently recommended in the
Guidelines (para 2.21), and in the Bank SRFP it will be shown that this scoring
rule has several undesirable properties that require consideration. In particular,
it
Ideally, one should ask: what is the value added by a proposal, i.e. by how
much does the Client’s wealth increase in expectation if he adopts that
proposal. Denoting that value added by V, the ideal total score of that proposal
is defined as the difference between its value added and its price p:
62
S=V–p (1)
Evidently, choosing the proposal with the highest total score is equivalent to
choosing the proposal that promises to maximize the Client’s net wealth.29
Therefore, this scoring rule is an ideal scoring rule which should be used
whenever the Client is able to compute the value added of proposals.
If the ideal scoring rule cannot be applied, one is compelled to use substitute
rules such as the one currently employed under QCBS. However, one should
always keep in mind that they are imperfect substitutes. Therefore, if one
knows that a high value is involved, even though that value cannot be reliably
estimated, one may be well advised to give up trading–off price and quality and
select on the basis of quality only.
Under QCBS a proposal is characterized by (p,St): the price quoted, p, and the
technical score, St, determined by the evaluation committee. Proposals that fall
short of the stipulated MTS, Stmin, are excluded.
The scoring rule computes the total score, S, according to the formula:
29
This scoring rule is assumed in the economics literature on scoring auctions (see, for
example, Che (1993) and Asker and Cantillon (2004).
30
In goods and services, for example in the World Bank IT Procurement, the score is
sometimes divided by the highest technical score.
63
pmin
S f := 100.
p
(3)
QBS, LCS, and FBS can be viewed as special cases of QCBS by choosing α =
1 (100%) for QBS and FBS, and α = 0 (0%) for LCS, respectively.
The currently employed scoring rule has several undesirable properties that
should be corrected. The drawbacks are caused by the formula for computing
the financial score, equation (3). In the following these flaws are discussed and
based on the study findings, in the companion Chapter 18 and Annex 6 a
scoring rule is designed that remedies these defects at zero cost.
Table 22 summarizes the answers, and Figure 6 plots them for a finer grid of
prices. Thereby, α is assumed to be equal to 0.8 (=80%). The technical score
that keeps the total score unchanged is called “equivalent technical score”.
As one can readily see, the currently used scoring formula requires higher
priced proposals to raise the technical score at a considerably diminishing rate.
As a result, a strong consultant who can reach a very high technical score can
win with a considerably high price against the proposal (St = 70, p = 1,000).
64
Table 22: (St, p) combinations that reach the same total score S
85
80
Technical Score
75
70
65
60
1000 1250 1500 1750 2000 2250
Price
Figure 6 displays the combinations of St and prices that reach the same total
score.
Since the technical score is a percentage point, every change in technical score,
dSt , is a relative change. Therefore, one may wish to measure price also in
such a way that a price change is a percentage change. This is achieved by
plotting St together with the Log of prices. Figure 7 displays the combinations
of St and Log( p ) that reach the same total score.
65
Figure 7: (St, Ln(p) combinations that reach the same total score
100.00
80.00
60.00
St
Series1
40.00
20.00
0.00
6.00 6.50 7.00 7.50 8.00 8.50 9.00 9.50
Ln(p)
If the relationship between St and Ln( p ) displayed in Figure 7 were linear, the
consultant could trade a percentage point price change for a change in technical
score at a fixed rate. However, under the currently used scoring rule that
relationship is not linear; instead, as Ln( p ) is increased, St goes up at a
diminishing rate. Therefore, if one compares a high and a low price proposal,
the high price proposal can compensate a given percentage point price hike
with a smaller increase in technical score. This shows how the discrimination
in favor of high prices shows up even if one looks at relative price changes.
Therefore, if one compares a high with a low price proposal, the higher price
proposal can compensate a given percentage point price hike with a smaller
increase in technical score.
In the following the “marginal reward for quality” (MRQ) is measured by the
slope of the curve displayed in Figure 7.31 A detailed technical definition and
analysis of the MRQ is in eq. (4).
A related flaw of the financial scoring rule (3) is that it raises the complexity of
consultants’ bidding problem.
The currently employed scoring rule makes this choice even more difficult.
This is due to the fact that the MRQ depends not only on the individual
consultant own price, but also on the lowest of all prices. Predicting the reward
for quality is thus subject to uncertainty concerning rivals’ choices and
underlying characteristics. And making a good choice requires a good
prediction of rivals’ price strategies, which is exceedingly difficult to achieve
especially when technical proposals are likely to differ from each other. This
problem is particularly serious when the consultant short list is not
homogeneous or “mixed”, as it often happens in Bank funded assignments.
The complexity of the consultants’ bidding problem makes it also difficult for
the Client to calibrate the scoring formula to the specific conditions of his
selection case. There are two parameters that the Client needs to be calibrated:
the stated weight of quality, α, and the minimum technical score, Stmin.
In the vast majority of the sample cases Clients choose the same α and Stmin ∈
{80 and 70}. They also seem to choose α and Stmin independent of each other,
which is hardly optimal under all circumstances.
Even if one looks at the subset of assignments with a high complexity grade,
where one would expect that Stmin and α should be relatively high, one finds
that both are below average and both are pretty much uncorrelated (see Table
23). This suggests that Clients do not pay much attention to calibration or
perhaps lack expertise or guidance to perform this task.
When preparing the RFP, some Clients recognize that, provided technical
scores and prices are positively correlated, the scoring formula tends to favour
quality by more than what the chosen stated weight of quality, α, suggests.
This distortion increases with increasing price dispersion p / pmin . In order to
mitigate this bias, Clients sometimes artificially lower α. However, this
67
Therefore, under the present formula, it is difficult, if not impossible for the
Client to calibrate the weight for quality in accordance to the characteristics of
the assignment.
The first set of examples, summarized in Table 24 and Table 25, illustrates how
a very low priced proposal adversely affects the score of high price proposals.
This example assumes α = 0.8 and Stmin = 70.
The first table, Table 24, states a collection of scores and prices with a
relatively high spread.33 Evidently, in this case, consultant 5 wins the contract
with a technical score of 91.82 (the shaded row indicates the winning
proposal).34
32
Note, one may try to mitigate this by artificially lowering α. This works if the price
dispersion turns out to be high; however, if it happens to be low, it leads to an insufficiently
low weight of quality. This indicates that the artificially lowering of α is sometimes an
effective remedy, but at other times creates a new problem. Hence, it is a “cure” that may be
worse than the disease.
33
The numbers are not representative, but the sample includes cases with a similar spread of
technical scores and prices.
34
All examples are designed to illustrate a point; they are not claimed to be representative.
However, the spread of technical scores and prices is consistent with what we observe in
several cases of our sample.
68
Hence, a very low priced and completely irrelevant proposal, that stands no
chance of being selected, may distort the selection.
Of course, a good scoring rule should not have the property that an irrelevant
low price proposal has the power to change the selection in favor of a given
high price proposal. In a well designed scoring rule, the lowest price proposal
should not affect the scores of the other proposals.
This undesirable property of the currently used scoring rule may induce
strategic manipulation in the form of “shill-bidding”. The incentive to shill-
bidding can be shown simply by reinterpreting the above example.
69
The QCBS scoring rule applies a fixed relative weight of quality defined by the
parameter, α . However, the stated weight differs from its effective weight. In
the following, the effective weight of the technical proposal that is implicit in
the current scoring rule is computed.
The effective weight of the technical proposal is the marginal reward for
quality (MRQ) between quality and price. Loosely speaking, the MRQ defines
at what rate a consultant can trade quality for price without changing the total
score of his proposal.
In the present framework one has no absolute measure of quality and technical
proposals are scored only relative to best practice, as a percentage point.
Therefore, the MRQ is defined as a measure that says by how many percentage
points a consultant can raise his price, dp/p100, per unit percentage point
increase in technical score, dSt , without affecting the total score of his
proposal:
(dp/ p )100
MRQ :=
dSt S = const . (4)
35
A “shill bidder” is a bidder who acts on behalf of another bidder as a decoy. In the present
framework, a shill bidder quotes a rock-bottom priced proposal, together with a low technical
score on behalf of a consultant who quotes a high price/high quality proposal.
70
α p α
MRQ = ≥ .
1 − α pmin 1 − α
(5)
Proof of (5): Totally differentiate equations (2) and (3) setting dS=0 (the total
score is kept unchanged). Then, one obtains:
0 = α dSt + (1 − α )dS f
(6)
pmin
dS f = − dp100
p2
p dp
= − min 100 (7)
p p
Combine equations (6) and (7) to compute the MRQ, defined in (4), and one
finds the asserted (5)
As one can see immediately, the MRQ is always greater than α/(1 – α), except
for the consultant who quoted the lowest price pmin.
71
MRQ
α
1−α
p'min pmin p
The relationship between the MRQ and the prices p and pmin is illustrated in
Figure 8. Evidently, the MRQ is a linear and increasing function of p; and a
nonlinear and decreasing function of pmin.
This shows clearly how the currently used scoring rule bizarrely favors high
price proposals by awarding them a higher marginal reward for quality. It also
shows how a reduction in pmin , say from pmin to p’min, raises the marginal
reward for quality of a given high price proposal. The latter explains why
consultant may gain from engaging a shill bidder, as indicated already by
example in the previous section.
The discrimination in favor of higher priced proposals does not have much
impact if prices are very close. Therefore, one may ask: does one really observe
highly dispersed prices for a competed assignment? The answer is yes; more
than one might expect.
72
In the study sample one observes a wide dispersion of prices, and thus of
MRQ’s, within assignments. The MRQ ranges on average between the number
3.5 (for the lowest price proposal) and 7.33 (for the highest price proposal). In
other words, the marginal reward for quality of the highest price proposal is, on
average, more than 1.8 times as high as that for the lowest price proposal.
If the correlation between price and quality, and between technical and
financial scores were consistently positive and significant, the favoring of
higher prices would at least favor high quality. However, on average, the
correlation coefficient between technical and financial proposals, ρ, is
negligibly small (ρ = 0.09), although positive. Moreover, in almost half the
assignments that correlation coefficient is negative, i.e. high prices tend to be
the associated with low qualities (see Table 26). This picture improves only
slightly if one separates the populations of proposals from Part I and Part II
countries.
73
11.3.11 Conclusions
The currently used QCBS scoring rule discriminates in favor of higher priced
proposals particularly when the price dispersion is high. This is reflected by the
fact that the marginal reward for quality is an increasing function of the price
p36. In addition, the MRQ depends also upon the lowest price pmin in a way
which not only aggravates the resulting distortion but also makes it difficult for
consultants to predict how the rule rewards them for quality. The latter makes it
also exceedingly difficult for the Client to calibrate the scoring rule to the
specifics of the procurement case.
In order to remedy the observed flaws of the currently used scoring rule, one
needs a rule that meets the following requirements:
36
One could argue that the statement is not supported by facts. By scoring proposal quality
very closely, as shown under 11.1, in practice evaluators more than neutralize the favor that the
formula bestows on high quality-priced proposals; the distorting formula generates another
distortion in the opposite direction (Assuming the proposal quality and proposal prices are
positively correlated).
74
The new scoring rule proposed in the companion Chapter 18 and Annex 6 may
bring us closer to these goals.
Under the present scoring rule borrowers should be advised to use QCBS not
by default but cautiously i.e. when proposals are comparable, assignments are
likely to be executed in essentially the same way by the consultants. These
consultants should be organizations of like type and business. Where this is not
possible the most sensible way to go is not to relate quality and price upfront
but consider selection methods where prices are not compared upfront, such
QBS, FBS or CQS.
Based on the total population of FY03-04 prior review contracts37, the average
World Bank funded consultant contract is $ 891,000 (median $ 432,000)38 with
a mean duration of 26.5 calendar months. The average international consultant
staff month remuneration rate of $18,400 (median $ 16,700), the corresponding
national consultants rate $ 4,900 (median $ 3,100).
In the study sample, the contracts are evenly split as 50% are time-based and
50% lump-sum. According to paragraph 4.2 of the Guidelines, time-based
contracts should be used when objective scope and/or duration of the
assignment are difficult to determine in advance. Lump-sum contracts, should
be used when content, duration, output and contract payments can be clearly
defined in advance.
Lack of risk analysis emerges here similar to what was observed for the other
decisions regarding the ToR and the choice of the selection method. This
explains the observed inefficient distribution of risks between Clients and
37
The prior review contracts awarded in FY03-04 were 1972; contracts awarded to UN
organizations are not excluded.
75
consultants that eventually negatively affects the quality of the services, and
the success of the project. Also the integrity of the contractual relationship is at
risk as the weaker party tries to make good his losses in spite of the contract.
It may be interesting that of the sample contracts, 52.6% were awarded to Part I
consultants.
Table 27: Contracts Awarded to Part I and Part II Country Consulting Firms
(Study Sample of 114 Assignments)
Part I Part II Borrower Part II Others
USA 12 Bangladesh 4 Bangladesh 2
Germany 12 Brazil 3 South Africa 2
Australia 6 Pakistan 3 India 1
France 5 Indonesia 3 Thailand 1
UK 5 Zambia 3 Lesotho 1
Canada 4 Uganda 2 Peru 1
Sweden 3 Lebanon 2 Romania 1
Netherlands 3 Bolivia 2 Costa Rica 1
Denmark 2 Afghanistan 2 Ghana 1
Japan 2 Ghana 2
Spain 1 Sierra Leone 2
Belgium 1 Turkey 1
Finland 1 Russia 1
Israel 1 Belarus 1
Hong Kong 1 Slovakia 1
Austria 1 Egypt 1
Others - Others 10 Others -
Total 60 Total 43 Total 11
% 52.6 37.4 10
• Para 2.6: “the short list shall comprise (…) no more than two firms from
anyone country or at least one firm from a developing country unless
qualified firms from developing countries are not identified”;
• Para 2.7: “The shortlist may comprise entirely national consultants (firms
registered or incorporated in the country), if the assignment is below the
threshold established in the procurement plan”;
• Para 2.15: the criteria of evaluation allow for up to ten points to be
allocated to proposals with “participation of nationals” as key staff;
• Para 2.7 allows subsidiaries of international consultants registered or
incorporated in the country the status of national consultants.
Most important, the introduction of QCBS, FBS and LCS in 1997, has made
explicit the comparative cost advantage of Part II consultants.
Mean Median
EOI
47% Awarded
Proposal
77
In addition, the study sample indicates that in 59% of the cases lead consultants
from a Part I countries propose their services in association with one or more
consultants from a Part II country, as their junior partners in the joint venture or
as subconsultants.
Over time the share of Bank funded prior review contracts in $ terms awarded
to Part II country consultants have markedly increased, as shown Table 28.
As indicated in Table 28, Part II consultants have been less successful outside
their own country. The relatively few cases observed consist of Part II
subsidiaries of multinational accounting firms and IT consultants or NGOs. For
Part II consulting engineers, economists and other professionals, exporting
services to other Part II countries remains very difficult, especially to public
sector clients.
78
Even if data available suggest that the Guidelines provisions may have
contributed to increased participation of national consultants, probably because
of the relatively small weight of its lending, the sustainable development on
national consulting industries has not been achieved. Growth of independent
consulting firms in Part II countries remains slow and qualitatively uneven as
their economies assign limited roles to the professional services sector. Apart
from weak private demand for professional consulting services, and weak
organization of the professional consulting and expert services industry, public
sector attitude can be characterized as at best indifferent to the problems of the
industry. The reasons that can be placed on government side for slowing down
sustainable growth are:
Weak Demand: Public sector demand for consulting services is narrow and
unstable. Many public sector agencies consider that there is little that
consulting services can contribute in terms of innovation, operational
efficiency or cost. The value of impartial advice in formulating effective
solutions and transparent choices is ignored, or dismissed by bureaucracy and
government. Most clients also lack a vision of the role that professional
consulting services can play for their country as engines of the knowledge
based economy.
Poor Regulation Crowds out Quality: public procurement of Clients’ countries
regulates consulting services similar to goods or at best, to simple technology
services. As it is a difficult to rank differences in observed quality of
professional services, responsible officials score consultants technical
proposals closely to each other (see 11.1.) and award the contract to the lowest
bidder. The consequence of this manner of awarding consulting contracts is a
downward quality spiral that crowds-out the better consultants from
government contracts and condemns consulting businesses to fail or to bare
professional subsistence.
Government Consultants: in most countries of the ECA, and some of the SAR
(Pakistan) and EAP (Viet Nam) regions, poor regulation is compounded with
resort, by the public administration, to in-house technical departments, or
affiliated public institutes for technical and design services. While this practice
may be the response to the paucity of consulting services in the local market, it
contributes to institutional failure by eliminating the independent, impartial
analysis and supervision that are often vital to success. Predatory practices by
government consultants and tied technical aid can further aggravate the plight
of national private professional consultants and experts.
Because of the above factors, it is not surprising that the data from the national
consultant associations, confirmed in Bank surveys conducted in FY 03-05 in
Colombia, Pakistan, Turkey and Viet Nam, indicate that the consulting services
79
13 Transparency
In consultants’ selection, transparency should enable the three main parties
involved, i.e. the Client, the EC, and the consultants, to observe the fair
application of the rules and respect for the procedures that should lead to the
efficient and fair contract allocation. When information is asymmetric, lack of
transparency can raise the parties’ concern that for non-compliance with the
“rules of the game” by any other party, their individual interests are not fairly
protected. This weakens in some the confidence in the process and their
commitment to the rules of the game, and constitutes for others a deterrent to
participation.
Since 1997, the Guidelines list transparency as one of the main considerations
and provisions are in place that must be complied with and may be verified by
the parties involved for their fair treatment:
• Publication of the Request for Expressions of Interest;
• Issuance of the same RFP to all short listed consultants;
• Disclosure of the same information available to short listed consultants;
• Disclosure of all evaluation parameters (criteria, MDS, quality weight);
• Invitation for short listed consultants to joint pre-proposal conference;
• Disclosure of all Client’s responses to consultants’ questions;
• Provision of sufficient time for delivery of proposals;
• Submission of all proposals before a specified date;
• Return of sealed late proposals;
• Public opening of financial proposal envelopes;
• Preparation evaluation reports using standard formats;
• Publication of the evaluation scores; and
• Optional individual debriefings for unsuccessful consultants.
Many of these provisions are inspired from procurement for goods, and are
meant to prevent open participant discrimination. The question about these
safeguards is to what extent they bring tangible benefits for Clients, evaluators
and consultants, considering that some raise process cost above what should be
the reasonable norm in a consultant selection, and others put at risk its
efficiency and even effectiveness e.g. the disqualification of substantially
responsive proposals on formal grounds or because of marginal discrepancies
from the provisions.
80
The client (the principal) does not stand in direct relationship with the
consultants and seeks transparency to satisfy himself that the EC (the agent)
operates in the client’s best interest and not in his own interest. The objective
of transparency in this context is essentially the client’s control over the EC.
Weaknesses in these areas affect transparency for any on the three parties,
offering excuses to the affected to depart from the rules.
The Guidelines include a few of provisions that, for the manner in which they
have been worded and occasionally grafted onto the existing text, can confuse
users as of the actual guidance being given. They can lead to sub-optimal
decisions by those, less experienced, in charge of RFP preparation with regard
to important issues such as the choice of the selection method. They also can
81
render advice by Bank staff less precise. Some of these imprecision are listed,
commented and the proposed rectified text laid out under Section 16.1.
The evaluation process and its results are often criticized by consultants and
supervising authorities as opaque and questionable for the manner in which
they are staged or conducted. As discussed in Chapter 11, the duration of the
process and the dispersion of technical scores across EC members suggest that
evaluators do not have protocols that they must follow to discuss evaluations,
fill information gaps, search for agreement and decide.
The EC’s decisions based on objective factors and sound judgment should
determine the outcome of the evaluation. In the study sample, EC members are
often appointed on the basis of rank in the executing agency and/or supervising
ministry (see Table 14), instead of professional capacity and commitment to
the rules of the game and on an effective selection process.
Anecdotes from consultants and Bank staff confirm that the factors explained
in 13.1, and 13.2, easily raise the consultants’ suspicion of poor or unfair
evaluations. The lack of RFP clarity and of reliability of the evaluation animate
unethical consultants, EC members and clients to seek redress in corrupt or
fraudulent practices, while the ethical consultants will give up participation.
14 Warning Signs
The review of the selection process conducted up to this point and the data
analysis detect some disturbing patterns:
The duration, the bureaucratic overload and the cost of the process have
become excessive for all parties involved as process compliance is given more
importance than process results.
Clients apply rigidly the provisions of the guidelines but ignore the risk
characteristics of an assignment’s ToR when planning the selection process. In
91% of all competed prior-review contracts, Clients choose QCBS without
regard for the complexity of the assignment ToR and the value of its project, or
the homogeneity of the short list. Clients’ preference for QCBS may be
influenced by the wording of certain paragraphs of the Guidelines.
Combining the two average dispersion coefficients for quality 1.12 and for
price 1.79, it shows that Clients declare equally fit for purpose proposals with
very different prices, even more so if assignments are complex, very complex
or refer to a valuable project.
In the sample data no significant positive correlation between price and quality
is found. To the contrary, that correlation coefficient is almost as frequently
negative as it is positive.
The currently used QCBS scoring rule has several undesirable characteristics
that render the bidding process problematic for clients and consultants as well
as likely to distort the behavior of both.
Even when honest, evaluation committee members often lack the impartiality
and the experience to evaluate complex technical proposals.
Part IV
Recommendations
84
IV Recommendations
The previous chapters have called attention to the need of a regulation that
reduces process complexity and cost, attracts capable consultants, and fosters
the development of consulting capacity in Clients’ countries. The study has
also shown that the two-stage procurement model, subject to the Guidelines’
six main considerations, constitutes a stable procurement framework. This,
however, requires to be effective and transparent, a coherent and precise
formulation of the Guidelines’ text.
The warning signs of the previous chapters call attention to the need to make
the Guidelines a simpler decision tool that can lead its user to the correct
analysis and decision on the particular selection case, rather than to a set of
prescriptions to be rigidly complied with. The recommended text adjustments
will guide clients to a more principled and coherent application of the different
provisions particularly on the choice of the selection method and the fairness of
the short list. The study distinguishes between what can be achieved in the
short term by explaining better the present policy so that it can be correctly
applied, and what should be considered in order to bring the guidance closer to
emerging professional practices, to the Bank evolving project portfolio, and to
encouraging more effectively formation of national consulting capacities of
high quality.
The study recommendations’ part follows the same pattern of the findings’
part, by covering strictly the Guidelines considerations on the selection
process. The needs of users’ capacity building and integrity equally crucial to
the outcome of the selection process are mentioned whenever needed, but are
not specific subjects of this study. The role of Bank staff in the supervision of
the selection process and the quality of assistance to the client are also not
discussed, although they require attention in the nearest future.
85
The suggested measures to raise efficiency and economy are compatible with
the 2004 Guidelines, and arise from studying the sample, from interviews with
Bank staff and consulting firms, and consist:
• Stemming assignment fragmentation and compulsive tendering
• Reducing Expressions of Interest workload
• Using simplified selection procedures whenever suitable.
Project procurement plans often list small and closely related consulting
services assignments that are tendered separately for no obvious reason (see
Annex 9). Bundling and continuation of compatible assignments should be
encouraged.
These measures would require decisions and extra planning during the
preparation of the project by clients and TTL’s but their efforts would be amply
compensated during implementation in terms of accountability, coverage,
coherence and lower cost of consultant’s advice. Aggregation will also
facilitate supervision by clients and the Bank.
The same applies to staged assignments. Longer and larger contracts will
reduce interruptions and contract administration overloads. Both measures
would also attract the participation of qualified consultants seeking longer and
stable client-consultant partnership.
The request for EoI, while satisfying the need of wide and transparent diffusion
of opportunities, can be time consuming and costly. This task is particularly
challenging for less experienced clients who lack familiarity with consultants’
86
The following measures are aimed at reducing the number and simplifying the
searches of consultants for short listing by:
• Limiting the request for EoI to only one comprehensive event, namely at
the moment project preparation is started, without repeating it, for every
assignment. Consultants could express interest for more than one
assignment under one EoI.
• Inviting consultants to provide only their standard brochure, and if
necessary a “limited” number of examples of their choice, of recent
significant experience related to the proposed assignment. This will force
the consultants to perform the prior screening of their qualifications and
avoid swamping clients with information. Strictly abstaining from
requesting CVs, preliminary technical approaches and similar approaches
that belong only to the proposal phase.
• Allow clients to request consultants the presentation of a professional
liability insurance.
• Allowing clients to ask for a fee upon submission of their EoI. This would
induce consultants to be more discriminating or “sincere” in their
expressing interest. This could substantially reduce the number of EoI and
evaluation work to be conducted by clients.
• Asking clients to prepare a brief memo (not more than two pages)
explaining the reasons for inviting the short-listed consultants, not a lengthy
“Short Listing Report”.
• Exercising reasonable flexibility in the application of short-listing rules that
insist on geographic spread and number of short-listed firms when they do
not add value to the quality of competition.
• Encouraging creation of clients’ exchangeable databases on qualifications
of reputable consultants, including evaluations of past services.
• Strengthening capacity of Bank staff, in explaining the considerations that
need to be made in preparing a short list and provide upon request a list of
reputable consultants, rather than leaving clients exposed to the risk of poor
decisions.
87
The Guidelines offer different selection methods, and the standard RFP
features options allowing clients to limit time and the volume of information:
• Update the $ threshold for admitting the use of CQS by raising it, for
example to the present Bank-wide median contract value. This measure
could be adopted on a pilot basis.
• Recommend the use of RFP Simplified Technical Proposals (STP) option
as default for contracts of less than US$ 1,000,000, independent from the
chosen selection method (except CQS). (this measure would capture 78.5%
of all 2003/04 prior review contracts).
The benefits of expanding the use of CQS would be also qualitative, and will
be discussed in the next chapter. As for the STP It is suggested that consultants
be asked to submit an STP of not more than 20 pages (single side) and CVs of
not more than 2 pages for proposals with estimated cost of US$ 1 million or
less.
Para 1.5 is far from providing a clear message. On the one hand, the first
sentence of para.15 states that the considerations laid down in para. 1.4 “... can
best be addressed through competition ... in which the selection is based on the
quality of the proposal and, where appropriate, on the costs of the services to
be provided.” On the other hand, Sentence 3 refers to QCBS as “... the most
commonly recommended ...” selection method.
The current para. 2.1 simply refers to a “competitive process” but fails to
address the precise requirements for adopting QCBS. One has to study para.
3.2 on QBS to understand the requisites for the adoption of QCBS. This
89
In addition, the last sentence of para. 2.1 should be moved to para. 2.11
(Instructions to Consultants).
In para. 2.16, Sentence 2 states that for the evaluation of quality “subcriteria
under methodology might be innovation and level of detail”. The reference to
“innovation” is misleading since QBS not QCBS should be used since the
Client expects the consultants to demonstrate innovation in their proposals (see
para. 3.2, lit. (a)).
Accordingly, Sentence 2 of para. 2.16 should refer to the standard subcriteria
for the methodology indicated in the Data Sheet of the SRFP.
16.2.4 Paras. 2.16 and 2.17 (Evaluation Criteria “Methodology” and “Key
Personnel”)
Paras. 2.16 and 2.17 contradict each other. While Sentence 6 of para. 2.16
states that “more weight shall be given to the methodology in the case of more
complex assignments”, Sentence 2 of para. 2.17 lays down that “Since key
personnel ultimately determine the quality of performance, more weight shall
be assigned to this criterion if the proposed assignment is complex”.
90
In order to provide clear guidance on the adoption of QCBS and the calibration
of the individual evaluation criteria, paras. 2.16 and 2.17 should be rephrased
as follows:
Sentence 6 of para. 2.16:
“More weight shall be given to the methodology (for example in the case of
complex assignments, or in the initial stages of a project where the
consultants are expected to further define the scope of work described by the
ToR)”.
Footnote 24 of para. 2.16 merely states that more points might be assigned to
“transfer of knowledge” (ToK) if it is the main objective of a given assignment.
16.2.6 Para. 2.23 (Combined Quality and Cost Evaluation) and para 2.11
(Instructions to Consultants)
Sentence 2 of Para. 2.23 states that “the weight for ‘cost’ shall be chosen,
taking into account the complexity of the assignment and the relative
importance of quality”. However, Sentence 3 invokes the impression that 20
points shall be the normal weight for ‘cost’ under QCBS. Furthermore, para.
2.23 should be only concerned with the Combined Quality and Cost
Evaluation.
Para. 3.2 does not address all cases when QBS should be adopted. Infact one
has to refer to para. 2.8 to find out that QBS is applicable when a mixed
shortlist is used.
Para. 3.5 on the use of FSB, requires that the assignment is “simple, that it can
be precisely defined and that the budget is fixed”.
Issuing a complex RFP and asking for large proposals adds little to the
effectiveness of the outcome if the process itself is not properly conducted.
More so if the contract is small.
In the short term, without modifying the Guidelines, for the smaller
assignments with well specified and detailed ToR, it is recommended to use
selection methods that do not require the preparation of complex and lengthy
RFP’s that burden Clients with too complex and time consuming evaluations:
• For small contracts amounts estimated up to the present median contract
value of Bank funded contracts40 Clients should be allowed to adopt CQS;
• STP should be the rule for assignments up to $ 1,000,000 or 50 key staff
months;
Apart from the efficiency gains and cost reductions mentioned under para 15.3,
an important quality of CQS is of being based on past qualifications of the
firms, emphasizing the importance of consultants’ accumulated qualifications
and competencies. In the face of imperfectly observable (promised) quality, the
best measure of capability is a consultant’s past track record, which is easier to
verify than proposed methodologies and curricula vitae that once promised,
very often change before the assignment can start. Firms’ past qualifications
constitute more reliable information as they cannot be as easily tailored as
methodologies and CVs. Only one proposal is requested under CQS, which
will reduce process cost and shorten the time required for conducting
evaluations.
For contracts estimated between the present Bank median contract value of
US$ 432,000 and US$ 1,000,000 (similar to ADB41) the RFP should allow for
40
The current threshold is US$ 200,000 (see footnote 32 to para. 3.7 of the Guidelines).
41
ADB has set the default lower threshold for the STP at $600,000 and the upper at
$1,000,000.
93
the STP as the default recommended option. For contracts above US$
1,000,000 or 50 key staff months, the full technical proposal FTP should be the
default option, except for well specified and simple ToR when again the STP
could be used. The STP should require the following from consultants: a)
comments to the ToR, b) proposed work plan, d) the CVs of the proposed staff.
Suitable STP cases are implementation supervision assignments and most TA
assignments where lengthy proposal approach and methodology add little
information or value to the project.
The short list should never be compromised by the inclusion of candidates with
a low level of expertise or with a dubious track record.
No specific provisions or text are proposed here for inclusion in the Guidelines
but the following paragraphs 17.1 to 17.3 provide a basis for preparing such a
provision if it is decided that it should exist. The Bank Consulting Services
Manual also offers detailed suggestions on this subject.
42
The Bank Consulting Services Manual provides general recommendations on both aspects
namely the characteristics of the members composing the EC and the manner in which they
should proceed prior to the evaluation, how to evaluate individually and together, and how to
prepare a conclusive technical evaluation report consistent with Bank Guideline and the RFP.
95
• The EC members should be relieved from other duties during the time the
evaluation takes place and upon appointment, EC members should be ready
to sign an integrity pact.
The anonymity of the initial “voting” is useful because people often have an
ego problem when they have openly committed to an opinion, which makes it
difficult for them to change that opinion in the face of new information.
It may be useful to add an independent adviser to the EC. This adviser should
be an expert in the field of the assignment with ample experience in consultant
selection, independent from the parties involved. He or she should have a
voice, but no vote.
96
At the end of the evaluation process, the independent adviser will sign off with
a statement either indicating that the evaluation has taken place in accordance
with best practices, or explaining why in his or her opinion this has not been
the case.
It was shown under 11.1 that Clients assign close scores (average dispersion
1.12) to technical proposals that carry widely spread prices (average 1.79).
Under such circumstances price as factor of selection changes the contract
award in 36% of cases independent of ToR complexity. For assignments whose
ToR were graded “complex or very complex”, the mean technical score
increases but very marginally to 1.13 whereas the price dispersion climbs to
2.10 (see 11.1.1). Clients use QCBS in all complex cases of the sample (risk
grade 10-12) and the contract award goes to the lowest bidder in 80% of cases.
In doing so they contravene para 3.2 of the Guidelines by trading off price for
quality.
In Section 16.1 it is spelled out how the 2004 Guidelines can be rephrased so
that Clients and Bank staff interpret the guidance correctly by considering the
risk/complexity characteristics of the ToR when choosing the selection method
and the short list. It is also recommended that Bank staff advises less
experienced clients to make these considerations.
One method for this kind of purification was explained in 11.2.1. Essentially,
this requires a transformation of the observed scores, based on the formula
illustrated in footnote 31.
This method was developed exclusively as a tool for the analysis of scoring
patterns. To actually apply purification to the computation of technical scores
for use in the actual selection process, one has to adapt the formula a bit to
bring it in a format that allows its combination with the financial score.
In order to reduce the risk of corruption in the EC, one should change the
method of aggregating the scores of individual evaluators in such a way that
outliers do not affect the technical score.
Currently, the technical score is computed as the mean of all individual scores.
One could consider replacing this method of aggregation by a method that
eliminates outliers, i.e. extremely high and extremely low scores.
98
In trimmed mean based aggregation the total score is equal to the trimmed
mean of the scores of the individual evaluators. Thereby, trimming means that
one does not count the highest and the lowest x% of the scores.
Specifically, one should choose the trimming percentage x in such a way, that
the highest and the lowest scores are eliminated. For example, if there are 8
evaluators, this requires setting x = 25%; if there are 6 evaluators x = 30%. This
is precisely how the trimmed mean was computed for each project of the
sample.
These improved methods of score aggregation are very easy to adopt. Indeed,
the median is almost as well known as the mean, and it is, of course, readily
available in EXCEL spreadsheets. The concept of the trimmed mean is perhaps
less well known; however, it is also readily available in EXCEL spreadsheets
provided one activates the statistical functions available there.
If the current QCBS scoring rule is employed, a consultant may benefit from
colluding with a “shill bidder” who quotes a rock-bottom price combined with
targeting a low technical score.
To detect the possibility of shill bidding one should watch for a suspiciously
low price combined with a relative low technical score and check who may
have benefited from that proposal. If one suspects shill bidding, it is, however,
difficult to deal with. Of course, one could declare the suspected shill bid
invalid. Yet, without a “smoking gun” one has no incontestable proof. Or one
could trim the extremely low ranking proposal43, provided the RFP allows it.
99
A better way to deal with shill bidding is to change the scoring rule in such a
way that shill bidding never pays. This is achieved, among other benefits, by
the new scoring rule proposed in 18.4 and detailed in Annex 6.
In previous chapters it was shown that improper use of QCBS contradicts the
main consideration of the Guidelines and under 11.3, how the currently used
QCBS scoring formula shows undesirable characteristics. In particular, it:
• Favors the higher priced proposals;
• Unnecessarily confounds and complicates consultants’ bidding;
• Unnecessarily complicates the Clients’ calibration of the selection rule;
• Allows irrelevant proposals to change the selection, and
• Invites strategic manipulation in the form of “shill bidding”.
These flaws would have limited impact if the financial proposals showed little
dispersion. However the sample statistic shows that the dispersion of financial
proposal prices is extremely high.44 An alternative formula has been developed
in the course of this study which has the advantage of providing a constant
MRQ (Marginal Reward for Quality). This eliminates all the above listed
distortions. The formula recommended (which has been implemented in new
draft IT SBDs) avoids cases where a minor difference in technical merit points
results in an award for a price that lacks proportion to the value represented by
the point differential. The formula uses the natural logarithm of the price in
order to ensure that the desired tradeoffs between % increases in quality and %
increases in price remain constant across any price range. So, if weight of
quality is set at 0.8, the client is willing to trade 1% increase in quality for 4%
increase in price. The new formula ensures that this tradeoff remains constant
for both high and low bidders.
To illustrate the effect of the new formula consider the following scenario
applicable to the selection of a large, mission critical application assignment:
Assigned weights for price and quality are 0.2 and 0.8 respectively. Proposal 1
for $8 million garners 75 quality points. Bid 2 for $6 million garners 70
quality points. In this scenario, use of the current formula would result in
award to Bid 1, while use of the new formula would result in award to Bid 2.
43
This is sometimes done to fight shill bidding; however, it does not eliminate shill bidding, it
only raises its level of sophistication.
44
Trying to eliminate the effects of Pmin ,two solutions where tested by a) by replacing Pmin
with the second lowest price, P(min+1), or b) by replacing it with the average of all prices, Pmedium.
These arrangements do not eliminate the fundamental inconvenience of having the marginal
reward for quality depending from the offered prices and not from the Client.
100
This formula yields a measure of the spread between quality and price after (a)
reducing both to the same scale. From 0.01 to around 18, assuming that the bid
prices are lower than US$100 million and (b) applying the chosen weights.
Accordingly, the most desirable bid is that whose spread is the smallest (the
minimum S) since that bid maximizes quality and minimizes price better than
any other. The likelihood of two bids having the same score is extremely small.
If it were to happen the evaluation committee would decide.
In early Bank projects the quality of the consulting services was required for
the design of projects increasing public services delivery by adding physical
capacity, and consisting of capital goods from Part I suppliers. Increasingly, the
quality of consulting services is required for assisting projects in which local
(public sector) institutional and human capacity are the main objectives. In
these projects, the competence of nationals is as necessary to understand the
101
The use of CQS shall shorten the duration of the selection process and reduce
transaction cost for clients and consultants. Tying the contract award to
qualifications will promote the building of professional knowledge and
reputation of domestic consulting business, as these are capital assets that
national consultants need to build. Furthermore, tying selection to
qualifications and reputation will motivate the consultant to stay on a path of
virtue.
Limiting the use of QCBS prevents national consultants from the widely
practiced cutthroat competitions (e.g. Pakistan, Turkey) and from transforming
the award of professional services contracts into scoring auctions (Colombia).
102
The Client would also benefit from some simulation tool to assist him in the
difficult task of calibrating the parameters of the selection process to the
particular details of the procurement case. One advantage of these tools is that
they run on Excel. Of course, the tools used in this study were not developed
for these purposes. Therefore, they would need to be adapted and improved.
Part V
Annexes
106
V Annexes
Annex 1: Assignment’s Terms of Reference
A. Problem Background
Long and costly selection processes. The process of selection originally based
simply on consultants’ past qualifications and technical proposal quality, was
modified in different editions of the Bank “Guidelines for the Use and
Employment of Consultants” to gradually add to the list of principles indicated
above. As a result with each edition of the Guidelines (1981, 1991, 2002), the
process of selection has become increasingly time consuming and costly to
consultants and clients, because of the amount of detailed evidence to be
provided by consultants in their proposals to prove that they satisfy or comply
with the above principles. At the same time, the level of client capacity
(particularly technical) needed to evaluate ever longer and more complex
documents has not increased. Monitoring of compliance by funding agencies
is perceived by these as too burdensome, and by recipients as intrusive and
time consuming. Evidence shows that it may take easily a year to complete a
process of consultant selection.
The Change in Quality Attributes. In the past few decades, the range of services
assigned to consultants in Bank funded projects has substantially increased. A
thorough updating of what are the quality attributes that are to be expected
from consultants to ensure that they contribute to the sustainability of Bank
projects has not yet been conducted nor is it reflected in the consultant
selection methodologies. The present consultant Guidelines may be more
suited for traditional and specific engineering services assignments than for
complex multidisciplinary projects requiring attention to new aspects (e.g.
sustainability and capacity building) and innovative approaches. It is also a
question if the present Guidelines can be successfully used for awarding
consulting contracts in the fields such as management and leadership,
humanitarian relief and emergency reconstruction programs.
The objective of the study is to assess the effectiveness of present policies and
regulations described in the Bank’s “Guidelines for Selection and Employment
of Consultants by Bank Borrowers” in achieving efficient contract allocation
and the issues described under A. The study team would be free to propose the
overall technical approach of the assignment but the following questions would
be examined as a minimum:
109
• Hoe efficient i.e. how long does the process of selection take
under the present rules? Can the process be made more efficient
and flexible?
Deliverables: The study team led by the Bank Consulting Services Advisor will
present the Bank a written report, commenting on present Bank policy, and
including a set of policy recommendations.
The consultant and the Bank will have a start-up meeting to define the detailed
scope of the assignment. In the course of the execution of the assignment the
110
Consultant will have access to, and will be advised as needed by Bank policy
specialists and other consultants that the Bank has identified.
The study will start in October 2005, present a preliminary report in January
2006, a final draft report in July 2006. The draft final report will be distributed
to OPCPR management, the procurement network, peer reviewers, Bank Task
Team Leaders and Procurement Specialists.
The study conducted by OPCPR has been supported by the contributions from
Consultants Trust Funds from Germany, Sweden, Denmark, the Netherlands
and Italy.
111
In order to visualize the scoring pattern, the individual evaluators’ scores are
plotted, as illustrated in two following Figure 11 and Figure 12 (the example is
based on the real scores awarded by evaluators in one of the reviewed
assignments). There, each curve displays the scores given to a particular
proposal. If two curves do not intersect it means that evaluators rank these two
proposals in the same order. If they intersect, there is disagreement concerning
the rank order. And if a curve moves up and down it means that evaluators give
different scores to that proposal.
100 Proposal 1
80
Proposal 3
60
40
20
0
1 2 3 4 5 6 7 8
Evaluator
117
Figure 12 displays the rank order of purified scores. Since generosity biases
have been eliminated, the differences between scores displayed in this figure
reflect true disagreement, either due to honest differences of opinion or due to
corruption.
Figure 12: Plot of Evaluators’ “Purified” Technical Scores
0.5
Technical Score
Proposal 1
Proposal 2
0
Proposal 3
1 2 3 4 5
-0.5
-1
-1.5
Evaluator
Comparing the display of the original (see Figure 11) and the purified scores
(see Figure 12), one sees that the generosity bias obscures the presence and
extent of disagreement between evaluators. Once that bias is cleaned, it
becomes clear that evaluators 1 and 2 disagree with evaluators 3, 4, and 5 over
the rank order of proposals 1 and 2. This purification is only meant to render
the preferences of each individual more visible, therefore facilitate the
comparison and reconcile scores among members, if they want.
45
More specifically, purification is done by replacing the technical score of each proposals s
∈{1, …, n} with the following transformation, S't of that score:
1 n
S ts − ∑ St
n r =1 r ,
S t′ =
σ
(where σ denotes the standard deviation of the scores given to different proposals by that
evaluator and the division by s normalizes scores by measuring them in units of standard
deviations).
118
The average technical scores of the three proposals, using simple averages over
all seven evaluators, are 56.1 for A, 58.1 for B, and 48.4 for C, respectively.
The total technical scores are 56.9, 60.0, and 58.7, respectively, so that
46
Specifically, we add normally distributed noise to the evaluators’ scores, plus some bias in
evaluators’ scoring, while truncating scores to [0,100].
119
proposal B is chosen. Evaluator 1’s bias has tipped the balance away from the
better choice A. If, however, the aggregate quality score would have been
evaluated using the median instead of the mean, evaluator 1 would not have
been able to make a difference, as can be seen from the table. In this case, the
aggregate technical scores are 58.0, 53.0, and 45.0, respectively, and proposal
A wins with a total score of 58.4 against 55.9 for proposal B.
47
We ran 10,000 draws using R. B. Myerson’s SimTools utility, see
http://home.uchicago.edu/~rmyerson/addins.htm. The worksheet that contains the specification
of evaluators’ bias and the assumed random errors are available on request.
48
One caveat is in order here: we do not model the strategic aspects of the evaluators’
assessments. A corrupt evaluator may behave differently depending in whether the mean or the
median is used for computing the quality score. What remains true, nonetheless, is that the
median is much less affected by extreme points of view. Because corrupt evaluators are more
likely to make extreme (i.e. biased) assessments, using the median reduces the power of corrupt
evaluators, and thus decreases the bidders’ willingness to pay for corruption.
49
Mean aggregation selects project C with 4% and median aggregation with 10% probability.
120
In the study, each of the 97 cases was analyzed for decisiveness concerning the
highest ranking proposal of coalitions. For this purpose one had to look at all
possible subset of evaluators, apply the test for decisiveness, and compute who
would have achieved the highest technical score if the scores of that group of
evaluators had not been counted.
For example, if there are 4 evaluators, {1,2,3,4}, one obtains the following
collection of 25 true subsets of evaluators:
{{1},{2},{3},{4},{5},{1,2},{1,3},{1,4},{1,5},{2,3},{2,4},{2,5},{3,4},{3,5},{
4,5},
{1,2,3},{1,2,4},{1,2,5},{1,3,4},{1,3,5},{1,4,5},{2,3,4},{2,3,5},{2,4,5},{3,4,5}
}
Therefore, in order to test for decisiveness one has to check each of the 25
coalitions of evaluators, starting with the singleton coalitions that include only
one evaluator up to coalitions of size 4.
121
Overall, the study finds decisiveness in 34% of all cases. In other words, some
form of disagreement that upset the selection of the evaluator with the highest
technical score is found in more than one third of all evaluation committees.
This indicates significant disagreement.
Typically, one finds several coalitions that all prevent the same outcome, as
illustrated in Table 31.
There, each row indicates a coalition, and the x’s in each row indicate that an
evaluator is a member of coalition. The numbers in parenthesis of each
coalition number indicate which other consultant would have reached the
highest technical score if the scores of that coalition of evaluators had not been
counted. Clearly, in this example, all decisive coalitions prevented that
consultant 2 reached the highest technical score. Also, some evaluators, such as
evaluators “three” and “six” figure prominently as members of each decisive
coalition.
If corruption is the driver of the observed selection, one should look at the
largest coalition that was decisive for that selection.
A friend of A. Einstein
1 Summary
The currently used scoring formula for procurement under QCBS shows
several undesirable characteristics and should be replaced.
A new formula is proposed for computing the financial score. That formula
improves the selection on several counts; in particular, it:
• eliminates the discrimination in favour of high price proposals;
• makes the rewards for quality more transparent, thus facilitating
consultants’ choice of their optimal price-quality combination;
• reduces the strategic complexity of Clients’ task of calibrating the scoring
formula to the circumstances of the procurement case;
• eliminates gains from strategic manipulation in the form of “shill
bidding”50.
pmin
Sf = 100.
p (6)
50
A “shill bidder” quotes a rock bottom price combined with a technical proposal that barely
meets the threshold level.
51
S : total score, Sf : financial score, St : technical score, α : weight of the technical score, p :
price, pmin : lowest price.
123
The proposed new formula replaces the financial score rule (6) by:
Sf = C– ln(p)100. (7)
Combining (5) and (7) gives the new scoring formula (for convenience we set
C = 300 /(1 − α ) ):
Remark 2 (Technical) The formula has two degrees of freedom. Every affine
transformation of S, i.e. every S′= γS + c with γ > 0 and c = const. is equivalent
in the sense that it yields the same selection. Because if a proposal ( Sti , pi)
reaches the maximum score for a given choice of parameters (γ,c), then it
evidently also achieves the maximum score for all other choices of these
parameters.
Note: the Guidelines (The World Bank (2004b)) do not prescribe a particular
rule for computing the financial score. Therefore, if the new rule shall be
applied, one does not need to change the Guidelines; one only needs to change
the Manual (The World Bank (2006)).
The section closes with Table 32 that illustrates the selection based on the old
and the new formula, assuming α = 0.8. In this example, the old formula
selects proposal 4 (with a technical score equal to 98) and the new formula
selects proposal 2 (with a technical score equal to 92). The selection based on
the new formula marked by light shading; that based on the old formula by
dark shading.52
52
This example is designed to illustrate; it is not claimed that it is representative.
124
Table 32: Selection by old and new scoring formula assuming a = 0.8
Proposal Technical Price Total Score S Total Score S
Score St p New Formula Old Formula
1 65 1,938,436 62.45 54.07
2 92 592,779 107.75 80.38
3 40 592,779 87.78 52.00
4 98 844,914 105.46 83.16
5 83 2,715,094 70.11 67.88
6 58 1,150,855 67.28 49.89
Since technical proposals are scored relative to best practice (the latter is
assigned the score 100), the technical score St is a percentage point, such as St =
80% or St = 90%. Therefore, every change in St, denoted by dSt , is a relative
change, expressed in percentage points. This dictates that price must also be
scored in such a way that a change in the price score reflects a relative price
change, expressed in percentage points.
How can one measure the marginal reward for quality that is implicit in a given
scoring formula? As already explained in Section 11.3.9, the right measure of
the effective weight of the technical score is the Marginal Reward for Quality,
MRQ, between quality and price.
Loosely speaking, that MRQ says by how many percentage points a consultant
can raise his price, dp/p in exchange for a 1% increase in technical score, dSt =
1, without changing the total score. Its exact definition is as follows:
dp/ p
MRQ := 100
dSt S = const . (9)
As explained in Section 11.3.9, the MRQ of the currently used scoring formula
is increasing in price and decreasing in the smallest quoted price. Hence it
favors high priced proposals, especially if the dispersion of prices is high.
Moreover, this rule makes it exceedingly difficult for bidders to assess that
reward for quality, because it depends upon the behavior of other bidders. This
unnecessarily complicates the complexity of bidding.
In view of the various deficiencies of the currently used formula, the new
formula (8) was designed in such a way that it keeps the marginal reward
for quality independent of the own price and of the prices of other consultants.
125
In order to show that the new scoring formula has this property, totally
differentiate (8) and set dS = 0, and one finds (using the fact that
dp
dp ln( p ) = p ) :
d
dp / p α
100 = .
dS t 1−α
MRQ-new := S = const. (10)
Therefore, under the new formula the marginal reward for quality is equal to
α/(1 – α), which is independent of prices.
The new formula exhibits a lower MRS than the old, except for the bidder who
quotes the lowest price, p = pmin (see also Figure 13):
α α p min
>
p > pmin ⇒ MRQ-new = 1 − α 1 − α p = MRQ-old. (11)
Standard
New
α
1−α
p
pmin
Another reason for raising α is the following. Clients sometimes recognize that
the currently employed scoring formula may have a built-in bias in favor of
proposals that exhibit a high price combined with a high quality. In order to
mitigate this bias, the stated weight of quality, α, is sometimes artificially
lowered, say from α' = 85% to α'' = 80%.
Under the new formula there is no built-in bias that needs to be mitigated.
Therefore, if the new formula is adopted one should undo the artificial
lowering of α and, for example, replace α = 80% by α = 85%. It is of crucial
importance to keep these facts in mind.
Of course, acceptance of the new formula requires that one feels comfortable
with computing the natural log of prices, ln( p ) . This may be a bit unfamiliar, at
first glance. However, it should not pose a practical problem. The ln function is
one of the oldest functions that has been widely used to simplify computations
for centuries, assisted by large scale availability of log-tables.53 Today, the old
log-tables have become redundant since the log function is readily accessible in
pocket calculators and in spread-sheet software such as MS Excel. There is no
excuse for not using it.
In Section 11.3.9 we showed how, under the “old” formula, increasing prices
requires a compensating increase in the technical score at a diminishing rate. It
may be useful to briefly return to these examples and show how the new rule
compares to the old in these examples.
Table 33 lists all proposals that score the same, in the order of increasing
prices, for both the “old” and the “new” scoring rule. And Figure 14 plots these
score-equivalent proposals for a finer grid of prices. As one can see, the old
formula consistently favors high prices (the curve for the “old” formula is
consistently below that of the “new”). Under the old formula, one always finds
a technical score below 100 that compensates for a higher price, no matter how
high that price is. Whereas, under the new formula, one cannot raise the price
above an amount close to 3,000 and compensate a high price by a higher
technical score (which is bounded from above by 100).
53
In fact, the first logarithmic tables were produced by Muslim mathematicians as early as in
the 13th century.
127
Note, we required that the MRQ should be independent of prices, and thus
constant in the own price and the prices of other consultants. However, this
does not mean that it should also be independent of quality, measured by the
technical score.
128
Indeed, the MRQ should be constant in prices, but not necessarily constant in
the technical score, S t.
If there are diminishing returns to quality, because further and further increases
in quality become less valuable, one should adjust the formula in such a way
that the MRQ becomes monotone decreasing in St.
For example, if one procures an automobile, one is willing to pay more for
higher quality, but that willingness to pay diminishes as quality is increased. If
this were not the case, we would all drive only a top of the line automobile like
a Rolls-Royce.
If one wants to employ a scoring rule that reflects some diminishing returns of
quality, one can easily generalize the proposed formula (12) as follows:
(Similarly, if for some reason there are increasing returns to quality, one should
adopt that generalized scoring formula and set γ > 1.)
If diminishing returns to quality set in only above a certain threshold level, say
above St =90%, one can switch to the above for all St ≥ 0. 54
From what was observed in the sample of contracts, clients do not seem to pay
much attention to calibration. They tend to choose the two parameters
independently, and they tend to choose the same numbers across the board.
This suggests that the WB should develop a methodology and provide technical
tools for calibration to assists clients. For example, one could develop
simulation tools combined with building a stochastic model of price quality
choices based on “resampling” past observations from similar procurement
cases.55 Such tools should be an essential part of a methodology for calibration.
54
One may also ask, why not use a more symmetric scoring format such S = γ ln(St) – δ
ln(p)100, or equivalently the familiar Cobb–Douglas functional form. However, notice that St
is already a relative whereas p is an absolute number. This should explain why the seeming
asymmetry is warranted.
55
Resampling is a useful approach to model uncertainty based on past observations. It is the
basis of the methodology of “bootstrapping”.
129
As already pointed out in Section 11.3.2, scoring rules that employ a relative
measure of the quality of the technical proposal have serious limitations. If
projects have a high economic value, these rules cannot be relied upon to make
a good selection.
Ideally, one should score proposals by their value-added, and select the project
that promises the highest value added (see the discussion in Section 11.3.2).
Unfortunately, in many practical applications it is intrinsically difficult to
estimate that value added or the Client or his evaluation committee lack the
expertise to compute it. This is why substitute scoring rules like the one
currently used or the one proposed are employed.
These substitute rules cannot assure a reasonably good selection if the absolute
value of the procurement project is high, for example because there is
considerable downstream impact. In these cases one should not use these rules
and, to be on the safe side, replace QCBS by QBS, followed by price
negotiations with the technically most suitable consultant.
Milestone Changes in Bank Guidance on Consultants
Annex 7:
09/1966 8 “A basic requirement, in “Proposals (…) should be carefully “It should be clearly indicated that “The selection (…) should
addition to being fully analyzed and compared with respect to financial terms are not desired at this begin with the preparation of a
competent for the task at • plans of approach, stage; that selection will be made reasonably sized list of firms
hand, is that the selected firm • schedules, entirely on the basis of claiming expertise in the field.
shall be from a member • experience and capabilities of qualifications to perform the work The list may then be shortened
country or from Switzerland” personnel to be assigned, and not on price” (see para. 4.1) by detailed studies of each
(see para. 1.1) • the quality of supervisory firm’s experience and
leadership, capabilities until four or five
• attention to be given by principals remain” (see para. 4.1)
of the firm,
• facilities of the home office, and
• the assistance, if any, that may be
available from others” (see para.
4.2)
04/1974 19 “In evaluating proposals (…), “In evaluating proposals (…), “The Bank normally invites
borrowers should focus primarily on borrowers should focus primarily on three to five firms to submit
• each firm’s current professional each firm’s current professional proposals for one study
qualifications, qualifications, its recent assignment. (see para 1.32).
• its recent performance on similar performance on similar assignments, “The Bank suggests that no
assignments, its understanding of the particular more than five firms be
• its understanding of the particular assignment at hand, and the staff” invited; it also encourages
assignment at hand, and (see para. 1.24). Except in cases of borrowers to make the list
• the staff it has available when the very simple and well-defined internationally representative
work is required” assignments for routine projects, with, say, not more than two
(see para. 1.24). the Bank recommends that the firms from one country” (see
borrowers invite proposals without para. 1.22)
financial terms, that they select a
firm solely on the basis of
Historical Development of Bank Guidelines
qualitative considerations
mentioned above, and financial
terms be agreed later, during
contract negotiations” (see para.
1.26)
130
08/1981 38 “It is the Bank’s policy to “For certain types of assignment, it may The two basic types of selection “The Bank (…) strongly
encourage and to foster the be appropriate to take into account, in procedures are, first, those that rely recommends a short list of
development of domestic addition to the technical evaluation, the solely on an evaluation of the firms with a lower limit of
consulting firms. The Bank cost to the Borrower of the services technical competence, the three and an upper limit of
encourages borrowers to employ offered. The process of selection, with personnel undertaking the six” (see para 2.14)
domestic consulting firms (…) or without price, should maintain assignment, and the suitability of its
either alone or in combination quality as the paramount requirement proposal; and, second, those that
with foreign firms” (see para. of consulting services. Price must not involve both a technical evaluation
1.11). dominate the selection process to the and consideration of the offered
detriment of the effective execution of price of the services” (see para.
the project. Nevertheless, by inviting 2.23)
consulting firms to submit priced
proposals for certain types of assignment
for which price comparisons can Explicit mention of SSS (see paras.
approximately be a factor, borrowers may 2.02, 2.16-2.20)
be able to take advantage of cost savings”
(see para 2.28 – Technical Evaluation
with Price Consideration)
01/1997 52 “Five main considerations guide “The evaluation of the proposals shall be “The Bank considers that, in the “The Borrower is responsible
09/1997 the Bank’s policy on the selection carried out in two stages: first the quality, majority of cases, these for the preparation of the short
01/1999 process: and then the cost” (see para 2.13- considerations can best be addressed list. (…) Short lists shall
05/2002 • the need for high quality Evaluation of Proposals: Consideration of through competition among comprise three to six firms
services Quality and Cost) qualified short-listed firms in which with a wide geographic
• the need for economy and the selection is based both on the spread, with no more than
efficiency quality of the proposal and on the two firms from any one
• the need to give all qualified cost of the services provided country and at least one firm
consultants an opportunity to (Quality and Cost-Based Selection from a developing country”
compete – QCBS) (…) However, there are (see para 2.6)
• the Bank’s interest in cases when QCBS is not the most
encouraging the use of appropriate method of selection. For “The short list may comprise
national consultants in its complex or highly specialized entirely national consultants
developing member countries assignments or those that invite (…) if the assignment is below
• the need for transparency in innovations, selection based on the the ceiling established in the
the selection process” quality of the proposal alone Loan Agreement” (see para
(see para 1.4) (Quality-Based Selection – QBS) 2.7)
(…) would be more appropriate. (see
para 1.5)
131
05/2004 58 “Five main considerations guide “The evaluation of the proposals shall be “The Bank considers that, in the “The Borrower is responsible
the Bank’s policy on the selection carried out in two stages: first the quality, majority of cases, these for the preparation of the short
process: and then the cost” (see para 2.14) considerations can best be addressed list. (…) Short lists shall
• the need for high quality (…) through competition among comprise six firms with a
services “The borrower shall evaluate each qualified short-listed firms in which wide geographic spread, with
• the need for economy and technical proposal (using an evaluation the selection is based on the no more than two firms from
efficiency committee of three or more specialists in quality of the proposal and, where any one country and at least
• the need to give all qualified the sector), taking into account several appropriate, on the cost of the one firm from a developing
consultants an opportunity to criteria: services provided. country” (see para 2.6)
compete • the consultant’s relevant (…)
• the Bank’s interest in experience for the assignment Quality and Cost-Based Selection “The short list may comprise
encouraging the use of • the quality of the methodology (QCBS) is the most commonly entirely national consultants
national consultants in its proposed recommended method” (see para (…) if the assignment is below
developing member countries • the qualifications of the key staff 1.5) the ceiling established in the
• the need for transparency in proposed Procurement Plan approved
the selection process” • transfer of knowledge, if required in by the Bank” (see para 2.7)
(see para 1.4) the TOR
• the extent of participation by
nationals among key staff in the
performance of the assignment
1 independent
consultant
DFID EU regulation QCBS (with 20% 6 firms in DFID EC should comprise at
and Guidelines weight given to average least 4 DFID members.
(The DFID Blue price), SSS The following
Book – professionals should be
Essential Guide included:
to Rules and Project officer
Tools) Professional Adviser (s)
Partner (s)
Contract officer
Independent expert from
private sector may be
included if DFID
members lack the
required capacity
Finnida EU regulation QCBS (with 20% 3-6 firms Finnida N.A.
and Guidelines weight given to N.B. Finnida
price), SSS carries out an
investigation
whenever
there is
significant
disparity
between
prices offered
for a service,
in particular
when public
bodies or
NGO’s are
competing
alongside
private
companies
GTZ & EU regulation QCBS (with 20- Maximum 6 GTZ (GTZ as For GTZ contracts of
KfW and Guidelines 30% weight given firms (GTZ) executing Euro 200,000 and above,
(GTZ and KfW) to price) GTZ and Maximum 5 agency) the EC comprise 4 GTZ
KfW firms (KfW) Recipient members:
SSS Country 2 sector specialists
(KfW as 1 senior project officer
financing 1 contract officer
institution) Final ranking of the
technical proposals are
done before opening the
financial proposals. An
independent consultant
may be included and act
on behalf of a sector
specialist if the required
technical expertise is not
available in-house
(uncommon and
135
USAID Federal QBS for 3-6 firms for USAID, or For general consulting
Acquisition Engineering/ large (very rarely) contracts the evaluation of
Regulation – Architect contracts contracts Recipient technical and financial
FAR (paras (10% of USAID 2-3 firms for Country proposals are done
15,16,36 & 37) contracts) small simultaneously but
and USAID contracts independently by different
Acquisition QCBS (with 20- panels.
Policy (ADS 40% weight given
300) to price) for most For engineering
other consulting consulting contracts the
services contracts technical evaluation is
(90% of USAID done entirely based on the
contracts) firms quality. Interviews
are then carried out with
LCS, although the three highest ranking
very rarely firms.
EC panel comprise 3-5
USAID staff.
Independent members
may be included from the
private sector
136
56
“The procurement rules that apply to all European Community external aid contracts
financed from the European Communities general budget and the European Development Fund
are very similar to the ones adopted by the World Bank. The European Development Fund
employs the same two envelope system and they also use the same flawed scoring rule for the
financial proposal. The tender with the lowest total fees receives 100 points. The others are
awarded points by means of the following formula: Financial score = (lowest total fees/total
fees of the tender being considered) × 100 (The European Union, 2006, p. 46). The only
significant difference is that they generally use a price cap which is referred to as the “budget”.
The total contract value comprises the fees (including employment-related overheads), the
incidental expenditure and the provision for expenditure verification, which are specified in the
tender dossier. This total contract value is compared with the maximum budget available for
the contract. Tenders exceeding the maximum budget allocated for the contract are eliminated”
(The European Union, 2006, p. 46).
57
“The procurement rules of the Asian Development Bank are even more similar to those
employed by the WB. Their financial score rule differs only by multiplying all number by
1,000 instead of by 100” (The Asian Development Bank, 2002, p. 34ff.).
137
(3 contracts)
Bibliography
AKERLOF, G. (1970): “The market for lemons, qualitative uncertainty, and the market
mechanism,” Quarterly Journal of Economics, 84, 488–500.
ANDERSON, J., AND M. FROHLICH (2001): “FreeMarkets and Online Auctions,” Business
Strategy Review, 12, 59–68.
ARVIS, J.-F., AND R. BERENBEIM (2003): Figthing Corruption in East Asia: Solutions
from the Private Sector. The World Bank, Washington, D.C.
ASKER, J., AND E. CANTILLON (2004): “Properties of Scoring Auctions,” Working paper,
Harvard Business School.
BAJARI, P., R. MCMILLAN, AND S. TADELIS (2002): “Auctions vs. Negotiations in
Procurement: An Empirical Analysis,” Working paper, Department of Economics,
Stanford University.
BRAMS, S. J., AND P. C. FISHBURN (1983): Approval Voting. Boston.
BRYAN, M. F., AND S. G. CECCHETTI (1994): “Measuring Core Inflation,” in Monetary
Policy, ed. by N. G. Mankiw, pp. 195–215. University of Chicago Press, Chicago.
CHE, Y.-K. (1993): “Design Competition through Multidimensional Auctions,” Rand
Journal of Economics, 4, 669–680.
JACOBS, J. (2004): Dark Age Ahead. Vintage Books.
JAP, S. (2002): “Online Reverse Auctions: Issues, Themes and Prospects for the Future,”
Journal of the Academy of Marketing Science, 30, 506–525.
KAUFMANN, D. (2005): “Six Questions on the Cost of Corruption with World Bank
Institute Global Governance Director Daniel Kaufmann,” in News-The World Bank,
2005. Washington, D.C.
LAFFONT, J.-J., AND J. TIROLE (1991): “Auction Design and Favoritism,” International
Journal of Industrial Organization, 9, 9–42.
LEE, T. A. (1999): “The Experience of Singapore in Combating Corruption,” in Curbing
Corruption. Toward a Model for Building National Integrity, ed. by R. Stapenhurst,
and S. Kpundeh, pp. 59–66. Economic Development Institute of The World Bank,
Washington, D.C.
LENGWILER, Y., AND E. WOLFSTETTER (2005): “Bid Rigging. An Analysis of Corruption
in Auctions,” Discussion paper, Humboldt-University at Berlin.
⎯⎯ (2006): “Corruption in Procurement Auctions,” in Handbook of Procurement —
Theory and Practice for Managers, ed. by N. Dimitri, G. Piga, and G. Spagnolo.
Cambridge University Press, forthcoming.
MILGROM, P., AND R. J. WEBER (1982): “A theory of auctions and competitive bidding,”
Econometrica, 50, 1089–1122.
140
SMITH, A. (1776): The Wealth of Nations. Cannan Edition, Modern Library, New York,
1937.
STAPENHURST, R., AND S. J. KPUNDEH (eds.) (1999): Curbing Corruption. Toward a
Model for Building National Integrity. EDI Development Studies, The World Bank,
Washington, D.C.
STATE OF ARIZONA (1999): “Arizona Department of Transportation A+B Bidding,
Performance Audit,” Discussion Paper Report No. 99-22, Office of the Auditor
General.
THE ASIAN DEVELOPMENT BANK (2002): Handbook for Users of Consulting Services:
Procedures and Practices. Asian Development Bank, Manila.
THE ECONOMIST (2004): “Just how rotten?,” The Economist, pp. Oct. 21, 2004.
THE EUROPEAN UNION (2006): Practical Guide to Contract Procedures for EC External
Actions. http://europa.eu.int/comm/
europeaid/gestion/index_en.htm.
THE WORLD BANK (2004a): Guidelines: Procurement of Goods and Services by World
Bank Borrowers. The International Bank for Reconstruction and Development. The
World Bank, Washington, D.C.
⎯⎯ (2004b): Guidelines: Selection and Employment of Consultants by World Bank
Borrowers. The International Bank for Reconstruction and Development. The World
Bank, Washington, D.C.
⎯⎯ (2006): Consulting Services Manual. A Comprehensive Guide to the Selection of
Consultants. The International Bank for Reconstruction and Development. The World
Bank, Washington, D.C.
TREPTE, P. (2004): Regulating Procurement. Oxford University Press.
WEBER, R. J. (1995): “Approval Voting,” Journal of Economic Perspectives, 9, 39–49.
WOLFSTETTER, E. (1996): “Auctions: an introduction,” Journal of Economic Surveys, 10,
367–421.
⎯⎯ (2003): Topics in Microeconomics: Industrial Organization, Auctions, and
Incentives. Cambridge University Press., 2nd edn
wb102197
C:\Documents and Settings\wb102197\My Documents\Study on Consulting Serivces Quality\Study Final Version\GLS Draft Final
Version January 27,2007.doc
01/29/2007 6:43:00 PM