GET /api/v0.1/hansard/entries/54950/?format=api
HTTP 200 OK
Allow: GET, PUT, PATCH, DELETE, HEAD, OPTIONS
Content-Type: application/json
Vary: Accept

{
    "id": 54950,
    "url": "https://info.mzalendo.com/api/v0.1/hansard/entries/54950/?format=api",
    "text_counter": 317,
    "type": "other",
    "speaker_name": "",
    "speaker_title": "",
    "speaker": null,
    "content": "established that the disputes affecting NWSC and the contractor of Umaa Dam were not properly addressed or resolved. This is because the dispute resolution mechanisms were not adhered to. The Committee established that the fire incident at NWSC was as a result of arson. It is to be noted that the investigations by CID have taken longer than expected. The current MD of NWSC was suspended unilaterally by the Chairman of the Board, Eng. Manguriu. He accused her of not taking his instructions to pay contractors, forging minutes and being un-professional. The Committee found this to be rather unusual and strange in that the same Chairman had been mandated by the Board of Directors to confirm the MD and give her, her terms of service. The Chairman of the Board of Director of NWSC had refused continually to implement Board decisions and conducted the affairs of the Board in a manner that contravened the laid down guidelines. The Committee continued to observe that there was addition grouting recommended by dam experts after the design review and, although that could have raised the cost of the dams, the client had mitigated the same by reviewing the project components. Further, various management and financial audits have been conducted at NWSC since the financial year 2007/2008. It is to be noted that the current Managing Director is implementing the recommendations and taking action. Further, the Committee found out that all suppliers to NWSC were registered at the Registrar of Companies either as normal business venture or incorporated as companies under the Companies Act. However, the Committee could not establish any links between the Minister and those contractors. The consultant of Umaa Dam indicated to the client, NWSC, that there was a possible variation of the cost of Umaa Dam following the change of layout. The client undertook measures to mitigate the variation by doing away with some project components while reducing others. Further, procurement of contractors and consultants for large dams was in accordance with the Public Procurement and Disposal Act of 2005 and the Procurement Regulations Act of 2006. Bidding documents were prepared based on standard procurement documents provided by the PPOA. The process followed in the procurement of contractors involved prequalification. Thereafter, all the prequalified contractors were invited to give their quotations. As regards consultants, a call for expression of interest and prequalification was carried out; after which, all prequalified consultants were invited to give their quotations. The method of procurement was an open tender which was advertised in the dailies on various dates. Bids were received following evaluation criteria provided for in the bidding documents and based on the evaluation, the most responsive bidders for each project were awarded the consultancy services. Mr. Temporary Deputy Speaker, Sir, evidence adduced before the Committee indicated that the two additional consultants, also known as dam experts, were hired alongside the regular consultants to provide quality assurance services on work done. This was based on the requirement by the international consortium of large dams that any implementation of large dams above 15 meters high should have a qualified dam consultant. The two dam consultants; Eng. Odhiambo and Eng. Oonge, did assist the corporation in the preparation of tender documents for construction works for Umaa Dam, Chemsusu, Kiserian and Badasa. Their input into those documents was meant to guarantee quality assurance. Eng. Odhiambo is a partner with Odhiambo Odongo and Partners who bidded for the two supervision works for Chemsusu, Umaa, Badasa and"
}