<?xml version="1.0" encoding="UTF-8"?><rss version="2.0"
	xmlns:content="http://purl.org/rss/1.0/modules/content/"
	xmlns:wfw="http://wellformedweb.org/CommentAPI/"
	xmlns:dc="http://purl.org/dc/elements/1.1/"
	xmlns:atom="http://www.w3.org/2005/Atom"
	xmlns:sy="http://purl.org/rss/1.0/modules/syndication/"
	xmlns:slash="http://purl.org/rss/1.0/modules/slash/"
	>

<channel>
	<title>Public Procurement - Transparency International Ukraine</title>
	<atom:link href="https://ti-ukraine.org/en/ti_format/research/public-procurement/feed/" rel="self" type="application/rss+xml" />
	<link>https://ti-ukraine.org/en/</link>
	<description>Світ без корупції</description>
	<lastBuildDate>Thu, 02 Apr 2026 12:51:35 +0000</lastBuildDate>
	<language>en-US</language>
	<sy:updatePeriod>
	hourly	</sy:updatePeriod>
	<sy:updateFrequency>
	1	</sy:updateFrequency>
	

<image>
	<url>https://ti-ukraine.org/wp-content/uploads/2018/08/header-default.png</url>
	<title>Public Procurement - Transparency International Ukraine</title>
	<link>https://ti-ukraine.org/en/</link>
	<width>32</width>
	<height>32</height>
</image> 
	<item>
		<title>Billions Outside Prozorro: An Analysis of the Grounds for Applying Above-Threshold Direct Awards</title>
		<link>https://ti-ukraine.org/en/research/billions-outside-prozorro-an-analysis-of-the-grounds-for-applying-above-threshold-direct-awards/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Mon, 30 Mar 2026 14:39:58 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=32691</guid>

					<description><![CDATA[<p>The DOZORRO TI Ukraine project examined which grounds for non-competitive procurement are most frequently used by contracting authorities and what volumes such procurement entails.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/billions-outside-prozorro-an-analysis-of-the-grounds-for-applying-above-threshold-direct-awards/">Billions Outside Prozorro: An Analysis of the Grounds for Applying Above-Threshold Direct Awards</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p><span style="font-weight: 400;">Non-competitive procurement has always been a contentious issue in public procurement — when and under what conditions it should be permitted. It is simpler and faster than competitive tendering, but for that very reason carries greater risks of overpayment, corruption, and simply inefficient decisions. Prior to the full-scale war, contracting authorities could use the negotiated procedure in exceptional circumstances instead of open tendering. </span><a href="https://zakon.rada.gov.ua/laws/show/1178-2022-%D0%BF#Text"><span style="font-weight: 400;">Resolution No. 1178</span></a><span style="font-weight: 400;">, which governs the specific features of procurement under martial law, replaced it with direct awards, under which a contracting authority simply reports the outcome in the system. The list of grounds on which competitive procedures may be dispensed with has also grown. Indeed, ever since, it has been continuously expanding or contracting — amendments to that list in the Resolution have been made 18 times to date. At the same time, as far back as its </span><a href="https://enlargement.ec.europa.eu/ukraine-report-2024_en"><span style="font-weight: 400;">2024 Enlargement Report on Ukraine</span></a><span style="font-weight: 400;">, the European Commission called on Ukraine to reduce the list of grounds for above-threshold direct contracts to a minimum. </span></p>
<p><span style="font-weight: 400;">Above-threshold status is determined by the aggregate estimated value of procurement within a single item, specifically a CPV class. Under martial law, the threshold is UAH 100,000 for goods and services, UAH 200,000 for current repair services, and UAH 1.5 million for works.</span></p>
<p><span style="font-weight: 400;">We set out to examine how contracting authorities conduct above-threshold direct contracts: which grounds they invoke most frequently, which sectors account for the greatest share of such procurement, and how the situation has changed compared with the era of the negotiated procedure.</span></p>
<p><span style="font-weight: 400;">For the analysis, we used data exported for us by the state enterprise Prozorro (for which we are grateful) and data from the BI Prozorro analytics module. To identify the relevant procurement, we applied the logic that above-threshold direct award lots are those in which the electronic field for the ground for using a non-competitive procurement method has been completed. We acknowledge that in isolated cases contracting authorities may have inadvertently completed this field when simply reporting a below-threshold procurement. However, even under the worst and highly unrealistic scenario, that margin of error amounts to approximately UAH 3 billion in monetary terms, which has no material effect on the results of the analysis. Contracting authorities also occasionally indicate an incorrect ground in the electronic field — we manually corrected such deficiencies in a number of the largest procurements, but in all other cases relied on the electronic field.</span></p>
<p><span style="font-weight: 400;">The study uses data covering the period from July 30, 2024, the date on which this field became mandatory, through September 30, 2025 — the last complete month before we commenced the analysis. We also excluded from the sample procurement with unverified or inaccurate data that could distort the results: 358 lots totalling approximately UAH 124 million that were cancelled, contained technical errors, or were test procurements. A further 303 lots totaling UAH 86 million were excluded separately, as the contracting authorities in those cases were entities that do not qualify as contracting authorities within the meaning of the Law on Public Procurement — for example, certain commercial entities or organizations without public funding. Contract values have been converted throughout into the national currency.</span></p>
<p><span style="font-weight: 400;">We have also used the wording of the grounds for non-competitive procedures as they appear in the Prozorro electronic field, together with abbreviated versions thereof. The wording as set out in Resolution No. 1178 is available </span><a href="https://docs.google.com/spreadsheets/d/1bVinNleItX1stpsWG3k0BN__0g8uKLR1_EzFxSY2MiA/edit?gid=0#gid=0"><span style="font-weight: 400;">via the link</span></a><span style="font-weight: 400;">. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><a href="https://surli.cc/mrajnp"><b>Summary</b></a></h2>
<p><a href="https://surli.cc/mrajnp"><span style="font-weight: 400;">Over 14 months</span></a><span style="font-weight: 400;">, </span><a href="https://surli.cc/mrajnp"><span style="font-weight: 400;">contracting authorities concluded 257,000 above-threshold direct award contracts totaling</span></a> <a href="https://surli.cc/mrajnp"><span style="font-weight: 400;">UAH 401.7 billion. </span></a><span style="font-weight: 400;">This represents approximately 6% of the total number of contracts in the system and nearly 28% of their aggregate value. While the number of such procurements is relatively modest, their </span><b>financial scale is significant</b><span style="font-weight: 400;">.</span></p>
<p><span style="font-weight: 400;">At the same time, </span><b>almost half of the total value</b><span style="font-weight: 400;"> (43.3%) of above-threshold direct contracts relates to the </span><b>procurement of natural gas by a contracting authority on which the government has imposed public service obligations. </b><span style="font-weight: 400;">These are reports on the sale of gas within the Naftogaz group, which became mandatory in 2023. Such procurements may distort the statistics and overstate the problem of direct non-competitive awards in Prozorro, including in the eyes of international partners. </span></p>
<p><span style="font-weight: 400;">Overall, the situation regarding non-competitive above-threshold procurement would be improved by </span><b>reinstating the negotiated procedure.</b><span style="font-weight: 400;"> Excluding natural gas procurement within the Naftogaz group, approximately </span><b>70% of contract value</b><span style="font-weight: 400;"> currently consists of procurement conducted on grounds for which the negotiated procedure was previously required. The negotiated procedure provides for consultations with several suppliers where possible, and for a review mechanism, both of which reduce the risk of infringements and inefficient decisions.</span></p>
<p><span style="font-weight: 400;">Direct awards can be retained as exceptions for circumstances arising specifically from martial law — for example, where a contracting authority is located in an area of active hostilities. At the same time, a</span><b> number of grounds should be reconsidered altogether</b><span style="font-weight: 400;"> — whether they are in fact necessary. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><b>Volumes and dynamics of procurement</b></h2>
<p><span style="font-weight: 400;">From July 30, 2024, to September 30, 2025, contracting authorities concluded 257,000 above-threshold direct award contracts. Their value at the time of the study stood at </span><b>UAH 401.7 billion</b><span style="font-weight: 440;"> — </span><b>nearly 28%</b><span style="font-weight: 400;"> of the aggregate current value of contracts concluded during that period. While their value share is significant, the number of such procurements is moderate, at 5.87% of the total. </span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/" width="100%" height="440" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span>﻿</span></iframe></p>
<p><span style="font-weight: 400;">Contracting authority activity is largely governed by the budgetary and planning cycle. A gradual increase in the number of lots and total contract value is observed through to January 2025, followed by a steady decline through March. This pattern mirrors the general trend across all procurement methods and may be explained by a combination of seasonal factors, the desire to use up budget appropriations before the year-end, and procurements for the new year. In the seasonality analysis, we excluded reports on natural gas procurement within the Naftogaz group, as they significantly distorted the statistics.</span></p>
<p><span style="font-weight: 400;">This means that the planning and management of budgetary resources in the direct award segment of procurement require heightened attention during the peak season, in order to prevent inefficient use of funds and potential procurement risks.</span></p>
<p><iframe style="width: 120%; height: 750px; border: none; overflow: hidden;" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/procurement_infographic_dynamics_en.html" scrolling="no"><br />
</iframe></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><b>Grounds applied by contracting authorities</b></h2>
<p><span style="font-weight: 400;">Over the 14 months under review, 84.4% of the value of above-threshold direct awards fell within the five most common grounds out of nearly three dozen. These were: </span></p>
<ol>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Procurement of natural gas by an entity subject to public service obligations — 43.3%. In four such procurements totaling UAH 82.8 billion, the contracting authority indicated an incorrect ground in the electronic field; these were added manually on the basis of the justification document.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Absence of competition on technical grounds — 19.1%.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Protection of critical infrastructure and energy facilities — 8.1%.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Procurement on grounds of urgent need — 7.6%.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Open tendering canceled due to absence of tenders — 6.4%.</span></li>
</ol>
<p><span style="font-weight: 400;">By number of lots, four grounds account for 78.1% of procurements:</span></p>
<ol>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Absence of competition on technical grounds — 29.9%.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Open tendering canceled due to the absence of tenders — 18.3%.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Procurement on grounds of urgent need — 15.7%.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Legal services — 14.2%.</span></li>
</ol>
<p><iframe style="width: 120%; height: 1200px; border: none; overflow: hidden;" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/dozorro_nekonkurentni_en.html" scrolling="no"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><br />
</iframe></p>
<p><span style="font-weight: 400;">Each of these grounds has its own application characteristics and associated risks.</span></p>
<p><span style="font-weight: 400;">On the ground of </span><b>absence of competition on technical grounds</b><span style="font-weight: 400;">, contracting authorities may conduct procurement from natural monopolies (where the absence of competition has been formally recognized by the Antimonopoly Committee) or in other circumstances. To roughly estimate the share of procurements conducted specifically from natural monopolies, we used the AMCU&#8217;s consolidated register of natural monopolies as of October 31, 2025. They account for 56.1% of procurements on the ground of absence of competition on technical grounds by number of lots, and 51.8% by value.</span></p>
<p><span style="font-weight: 400;">In other cases, the absence of competition may arise from vendor lock-in, where changing a contractor is disadvantageous or altogether impossible. In IT service procurement, for example, such dependency may arise from the architecture of the IT product, the absence of comprehensive technical documentation, or the use of niche programming languages. The effective monopolization by developers of the right to further develop solutions they have created can lead to rising service costs and reduced motivation for the contractor to innovate or improve quality in the absence of competition. This issue is examined in greater detail in the study on </span><a href="https://ti-ukraine.org/en/research/problems-of-procurement-of-it-product-development-services/"><span style="font-weight: 400;">IT procurement in Prozorro.</span></a><span style="font-weight: 400;"> That said, not every restriction of competition is unambiguously negative or the result of bad faith on the part of the contracting authority or supplier. In a number of situations — in particular those relating to national security, defense capability, or the protection of critical infrastructure — the use of proprietary technical solutions, closed architectures, or a limited pool of contractors may be objectively justified and aimed at minimizing risks to the state. The same applies to other procurement subjects.</span></p>
<p><span style="font-weight: 400;">In direct contracts on grounds of </span><b>urgent need</b><span style="font-weight: 400;">, there is a risk that the need is not in fact genuinely urgent — or that it became urgent as a result of the contracting authority&#8217;s own actions in failing to procure earlier. The number of procurements on this ground increases toward the end of the budgetary year — between September and December, that number rises by approximately 50%. It is therefore most likely that contracting authorities also invoke this ground simply when they need to use up appropriations within the budgetary year. </span></p>
<p><span style="font-weight: 400;">When a contracting authority concludes a </span><b>direct contract because no one submitted a tender</b><span style="font-weight: 400;">, the terms of that direct award must be identical to those of the original tender. However, whether contracting authorities comply with this in practice — for example, whether they require counterparties to provide all the certificates they requested from bidders in the failed competition — is difficult to verify, since only the contract itself is published in the system. There are instances where contracting authorities conclude several contracts instead of one. </span></p>
<p><span style="font-weight: 400;">Among direct contracts for </span><b>legal services</b><span style="font-weight: 400;">, high-volume procurement of small amounts is combined with a number of large strategic contracts. 65% of total procurement value is concentrated among five contracting authorities: Ukrnafta JSC, National Joint Stock Company Naftogaz of Ukraine, Dnipro Metropolitan Municipal Enterprise, and the Eastern and South-Eastern Interregional Centers for the Provision of Free Legal Aid. By number of lots, however, nearly 97% belong to the last two legal aid centers, which systematically procure legal representation services for the provision of </span><i><span style="font-weight: 400;">secondary free legal aid. </span></i><span style="font-weight: 400;">We also investigated how other such inter-regional centers procure legal services. It emerged that they too conclude numerous small direct contracts en masse, but do not indicate the ground in the electronic field. In total, the number of such lots from legal aid centers over the period under review was nearly 73,000, totaling UAH 646 million. </span></p>
<p><span style="font-weight: 400;">In the case of legal services, the question arises as to whether direct contracts should in fact be permitted at all for such services. </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-01-09-006100-a?lot_id=3e88afc7729544969d2aa0f26448e0bf#lots"><span style="font-weight: 400;">Legal advisory and legal representation services</span></a><span style="font-weight: 400;">, for example, are procured competitively. Similarly, competitive procedures are used to procure a range of other high-expertise services — such as consulting or audit. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><b>What is being procured</b></h2>
<p><span style="font-weight: 400;">Contracting authorities most frequently used above-threshold non-competitive procurement for the purchase of services. Services account for 57.47% of all such procurements — over 147,000 of the 257,000 lots. In monetary terms, however, services represent only 19.7% of the aggregate contract value. This indicates that the majority of service procurements are small in value but large in volume. </span></p>
<p><span style="font-weight: 400;">The situation with goods is quite different. Although fewer in number than services — 40.15% of the total, or over 103,000 lots — goods account for nearly two-thirds of the total value of direct contracts, approximately UAH 255 billion.</span></p>
<p><span style="font-weight: 400;">Works have the smallest share — only 2.38% by number, or approximately 6,000 lots. In value terms, however, they account for 16.88% of all above-threshold non-competitive procurements (nearly UAH 68 billion). </span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/dozorro_infographic_subject_en.html" width="100%" height="700" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><span style="font-weight: 400;">If one drills down into CPV codes, the value of direct awards is heavily concentrated in three categories, which together account for over 69% of total contract value. Certain categories generate a substantial share of contract value despite a relatively low number of lots. </span></p>
<p><iframe style="width: 120%; height: 1020px; border: none;" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/cpv_infographic_en.html"><br />
</iframe></p>
<p><b>Gaseous fuels (09120000-6)</b><span style="font-weight: 400;"> is the key category by financial volume. Despite its modest share of the total number of lots, gas accounts for the largest share of contract value. One reason is the obligation on Naftogaz Trading LLC, a gas supply company, to report on its procurement of natural gas from its own parent company and other entities within the group. This subsidiary of NAC Naftogaz of Ukraine conducts wholesale sales of natural gas to industrial consumers, budget institutions, and suppliers.</span></p>
<p><span style="font-weight: 400;">It is also worth noting that nearly 8,700 gas supply contracts were concluded via direct award following unsuccessful competitive tendering. During the period under review, only 8.3% of competitive procurements of this commodity were successfully completed.</span></p>
<p><span style="font-weight: 400;">Ukraine has committed to ensuring a free market for electricity and gaseous fuels. At the same time, the government has imposed public service obligations on Naftogaz Trading LLC — the company is required to supply natural gas to budget institutions at a preferential tariff. No separate rules have been established for this situation, so contracting authorities are required to launch open tendering, which no one participates in due to the low estimated value, and then conclude a direct contract with the Naftogaz company at a low price. Occasionally — in summer, for example, when the price of the commodity is lower — competitive tendering does succeed. Overall, however, considerable resources are expended on formal procedures. </span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/infographic_gas_en.html" width="100%" height="470" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><b>Construction works (CPV 45000000-7)</b><span style="font-weight: 400;">: For the analysis of this sector, we consolidated all procurements by the second digit of the CPV code, since the procurement item here is defined by reference to the object rather than the classifier. Three grounds account for 75.7% of the total value of above-threshold direct awards in this sector, while together representing only 51.3% of the number of lots. These are: protection of critical infrastructure and energy facilities, urgent need, and the procurement of additional works under the main contract (up to 50%). The need to procure additional works indicates potential issues with the quality of project design and the accuracy of cost estimates at the planning stage, including owing to the complexity of such projects. </span></p>
<p><span style="font-weight: 400;">Direct contracts on grounds of absence of any tender submission are high in number but account for a relatively small share of value. Insufficient competition in this sector may point to potential barriers to participation — for example, excessive requirements in tender documentation — or to a limited pool of contractors. </span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/distribution_construction_works_en.html" width="100%" height="660" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><b>Steam, hot water, and associated products (09320000-8) </b><span style="font-weight: 400;">are characterized by a high share of procedures conducted on the ground of absence of competition on technical grounds. This is consistent with the nature of the market, where supply is often provided by local monopolies and the possibility of choosing an alternative supplier is limited.</span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/donut_heat_water_en.html" width="100%" height="490" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><span style="font-weight: 400;">Although the categories </span><b>Electrical energy (09310000-5) </b><span style="font-weight: 400;">and </span><b>Distribution of electrical energy (65310000-9)</b><span style="font-weight: 400;"> belong to the same sector, they exhibit a different structure of grounds for above-threshold direct awards. In electricity procurement as a commodity, one ground dominates by a wide margin (approximately 70%), both by value and by number of procedures — namely the conclusion of a contract with a supplier of last resort or a universal service provider. A significant share (21%) also relates to absence of competition on technical grounds and cancellation of tendering due to absence of tenders. This structure indicates that in this category the use of direct contracts is substantially dependent on the quality of procurement planning and the level of market activity among suppliers.</span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/infographic_electricity_en.html" width="100%" height="480" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><span style="font-weight: 400;">By contrast, electrical energy distribution services within a given territory are provided by a single distribution system operator, and tariffs are set by the state regulator. In these circumstances, the predominance of the ground “absence of competition on technical grounds” — 95.5% by number and 97.6% by value of contracts — is objective in nature and results from the natural monopoly position of the relevant operators. </span></p>
<p><span style="font-weight: 400;">Thus, despite their sectoral proximity, these two categories exhibit different models of non-competitive procurement and require different approaches to risk assessment.</span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/infographic_elecricity_distribution_en.html" width="100%" height="500" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><span style="font-weight: 400;">Since some of the grounds for above-threshold non-competitive procurement are tied to the subject matter of the procurement, the presence of certain categories at the top was expected — for example, natural gas or legal services. Overall, the bulk of above-threshold direct contracts relates to the procurement of various energy carriers. </span></p>
<p><span style="font-weight: 400;">In each category, a few principal grounds for direct contracts predominate. The choice of which to invoke may, however, be influenced by a variety of circumstances: technical constraints, absence of competitors, or urgent needs.</span></p>
<p><span style="font-weight: 400;">Contracting authorities do sometimes indicate incorrect grounds. For example, </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-05-29-006741-a"><span style="font-weight: 400;">gaseous fuel</span></a><span style="font-weight: 400;"> was purchased under the </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-05-29-006741-a"><span style="font-weight: 400;">ground</span></a><span style="font-weight: 400;"> for the </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-05-29-006741-a"><span style="font-weight: 400;">procurement of hematopoietic stem cells</span></a><span style="font-weight: 400;">. At the same time, among contracts for natural gas with suppliers subject to public service obligations, contracts for the supply of gas to schools do appear. However, such instances were not sufficiently widespread to have a material effect on overall statistics by value.</span></p>
<p><b>Helicopters, airplanes, spacecraft, and other motor-powered aircraft (34710000-7):</b><span style="font-weight: 400;"> Procurements in this category are primarily directed at meeting the urgent needs of the Armed Forces of Ukraine or are accounted for by contracting authorities located in areas of active hostilities.</span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/drones_infographic_eng.html" width="100%" height="480" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><span style="font-weight: 400;">Since some of the grounds for above-threshold non-competitive procurement are tied to the subject matter of the procurement, the presence of certain categories at the top was expected — for example, natural gas or legal services. Overall, the bulk of above-threshold direct contracts relates to the procurement of various energy carriers. </span></p>
<p><span style="font-weight: 400;">In each category, a few principal grounds for direct contracts predominate. The choice of which to invoke may, however, be influenced by a variety of circumstances: technical constraints, absence of competitors, or urgent needs.</span></p>
<p><span style="font-weight: 400;">Contracting authorities do sometimes indicate incorrect grounds. For example, </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-05-29-006741-a"><span style="font-weight: 400;">gaseous fuel</span></a><span style="font-weight: 400;"> was purchased under the </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-05-29-006741-a"><span style="font-weight: 400;">ground</span></a><span style="font-weight: 400;"> for the </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-05-29-006741-a"><span style="font-weight: 400;">procurement of hematopoietic stem cells</span></a><span style="font-weight: 400;">. At the same time, among contracts for natural gas with suppliers subject to public service obligations, contracts for the supply of gas to schools do appear. However, such instances were not sufficiently widespread to have a material effect on overall statistics by value.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><b>Monitoring of direct contracts</b></h2>
<p><b>The State Audit Service covered</b><span style="font-weight: 400;"> 1,062 lots — </span><b>0.41% of above-threshold direct awards</b><span style="font-weight: 400;"> conducted during the period under review — through monitoring. In competitive procurement, monitoring coverage is nearly seven times higher, at 2.73% of the total number of procurements eligible for monitoring. The same trend is observed in value terms: monitoring covers only </span><b>2.3% of the aggregate value of above-threshold direct award contracts</b><span style="font-weight: 400;">, compared with 20.9% in the competitive segment. Even excluding the value of natural gas procurement within the Naftogaz group, as well as procurements from natural monopolies, suppliers of last resort, and universal service providers, coverage reaches only </span><b>5%</b><span style="font-weight: 400;"> of the value of direct contracts. This gap relative to competitive procurement indicates that direct awards remain largely outside the monitoring focus. Yet they too require oversight, since they do not provide for competition or safeguards such as review before the AMCU. </span></p>
<p><span style="font-weight: 400;">The largest monitoring volumes relate to the construction sector (CPV 45) and the energy sector (CPV 09), where contract values run into the billions of hryvnias. Overall, </span><b>monitoring activity is concentrated in sectors with high financial exposure and an elevated risk</b><span style="font-weight: 400;"> of inefficient use of funds. Significant attention is also devoted to industrial machinery (CPV 42) and repair and maintenance services (CPV 50).</span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/audit_vs_purchases_en.html" width="100%" height="610" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><span style="font-weight: 400;">At the same time, the top three sectors by number of monitoring instances include accommodation, catering, and retail trade services (CPV 55), with a combined value of over UAH 90 million. In 98% of cases, these involve catering services for educational establishments. Such procurements were monitored primarily by the directorates of the Western Office of the State Audit Service, in particular in Khmelnytskyi and Ternopil regions, where they were examined three times more frequently than construction procurements. Violations found under this CPV related predominantly to the failure to publish, or untimely publication of, the justification for the procurement ground. Accordingly, most monitoring instances resulted in auditors requiring explanatory work and training of authorized persons to be carried out.</span></p>
<p><span style="font-weight: 400;">Overall, violations in above-threshold direct awards were identified by auditors during monitoring in 67.8% of cases. This figure is slightly higher than in competitive procurement, where it stands at 61.3%. While a gap of 6 percentage points is not critically large, it may indicate that direct non-competitive procurement carries elevated risks of non-compliance with legislation. It is important, however, to understand what types of violations auditors are actually identifying. Doing so comprehensively is difficult, since in the electronic field on Prozorro, the State Audit Service almost invariably classifies the type of violation as “Other violations of procurement legislation,” and details must be sought manually in the text of the audit finding. It would therefore be worthwhile to update the violation categories in the system and apply them consistently, so as to enable analysis of the problems arising in direct procurement.</span></p>
<p><span style="font-weight: 400;">In summary, above-threshold direct awards warrant greater monitoring coverage. The State Audit Service generally selects sectors for monitoring well — concentrating on construction, energy, and related sectors, where procurement volumes are largest and corruption risks are highest. The Western Office&#8217;s excessive focus on catering service procurements for educational establishments is questionable. Such procurements are not particularly widespread, are comparatively small in value, and the violations associated with them largely concern failure to publish or untimely publication of information. The Office would therefore benefit from refining its methodology for selecting above-threshold direct awards for monitoring.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><b>Contract modifications</b></h2>
<p><span style="font-weight: 400;">Modifications were made to contracts in 36,700 lots, representing over 14% of the total number of above-threshold direct award procurements. The aggregate value of modified contracts reached UAH 140 billion, or nearly 35% of the total value of all contracts in this segment. By comparison, in competitive procurement, modifications occurred more frequently: they affected 21.8% of lots and 44.7% of the total value of contracts over the corresponding period. The data indicate that while contract modifications in above-threshold direct awards are recorded less frequently than in competitive procurement, their financial scale remains significant. The majority of modified contracts relate to cases where the ground for using direct awards was absence of competition on technical grounds (41.81% of all modified contracts) or absence of tenders in open tendering (32.53% of all modified contracts). Their shares are high because these are overall the most common grounds for above-threshold direct awards. If one looks at what share of contracts were modified within each direct award ground, the leaders are as follows:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Procurement of natural gas by an entity subject to public service obligations — modifications in 38.34% of contracts (41.2% for Naftogaz group procurements specifically)</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Procurement of additional works or services from the same economic operator, up to 50% of the price of the previous/existing contract — 28.11% of contracts</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">No tender submitted — 25.38%.</span></li>
</ul>
<p><span style="font-weight: 400;">In order to assess the justification for these modifications and the potential risk of abuse, it is necessary to conduct further in-depth analysis of their substance.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><b>Comparison with the negotiated procedure </b></h2>
<p><span style="font-weight: 400;">The negotiated procedure was abandoned in the first year of the full-scale invasion in favor of an even more flexible mechanism. Under Resolution No. 1178, the grounds for the negotiated procedure became the grounds for direct awards. In the early period, such changes may have been justified to meet the needs of contracting authorities, in particular for defense, energy, and critical infrastructure. However, this expansion of contracting authority discretion creates risks of manipulation and circumvention of competitive procedures, whereby a portion of procurements are concluded as direct contracts without adequate scrutiny of the grounds invoked.</span></p>
<p><span style="font-weight: 400;">Over the comparable period from July 30, 2020, to September 30, 2021 — the years immediately preceding the full-scale invasion — contracting authorities conducted 100,600 </span><b>negotiated procedures</b><span style="font-weight: 400;">, under which contracts totaling UAH 101.7 billion were concluded. This amounts to an average of </span><b>7,200 contracts per month valued at UAH 7.3 billion.</b><span style="font-weight: 400;"> This is considerably lower than the current figure — during the period under review, an average of 18,400 </span><b>above-threshold direct award contracts</b><span style="font-weight: 400;"> per month were concluded, </span><b>valued at UAH 28.7 billion.</b><span style="font-weight: 400;"> In other words, the number of such lots has more than doubled overall, and the contract volume has increased nearly fourfold. Two factors should of course be taken into account:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">High inflation over recent years, and</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">The increase in the number of grounds for above-threshold direct awards.</span></li>
</ul>
<p><span style="font-weight: 400;">In both the negotiated procedure and the direct awards conducted under the wartime special rules, absence of competition on technical grounds remains the leading ground by number and by value of expenditure. Under the negotiated procedure, this ground accounts for nearly 52% of lots and over 50% of contract value. The same ground also ranks first in direct awards under the special rules — nearly 30% of contracts and 19% of total contract value. The list of the most common grounds under the negotiated procedure, which together account for 95.7% of contract value, is as follows: </span></p>
<ol>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Absence of competition on technical grounds — UAH 51.8 billion (50.9%) by contract value and 52% by number of lots.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">No tender submitted — UAH 21.4 billion (21%) and 30% of lots.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Need to carry out additional construction works — UAH 15.6 billion (15.3%) and 2.5% of lots.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Urgent need (across all sub-paragraphs of this ground in the Law) — UAH 6 billion (5.9%) and 3.9% of lots. </span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Need to protect intellectual property rights — UAH 2.6 billion (2.6%) and 2.2% of lots.</span></li>
</ol>
<p><span style="font-weight: 400;">By type of procurement subject, the distribution in negotiated procedures is similar to that in direct contracts. The only material difference was in the value of goods and services. Previously they accounted for 37% and 48% of contract value respectively, whereas now goods take a larger share — 63% versus 20%. </span></p>
<p><span style="font-weight: 400;">The largest expenditure under the negotiated procedure was also concentrated in energy resources and construction. At that time, however, natural gas did not dominate contract values to nearly the same extent. Reporting on natural gas procurement within the Naftogaz group did not yet exist, and procurements from the supplier of last resort were also significantly smaller in volume.</span></p>
<p><iframe loading="lazy" src="https://zalievska-valeriia.github.io/infographics_direct_above-threshold/perehovorka_vs_nadporohy_en.html" width="100%" height="1000" frameborder="0"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe></p>
<p><span style="font-weight: 400;">Excluding gas procurement within the Naftogaz group, </span><b>grounds on which contracting authorities previously conducted the negotiated procedure currently account for 70.2% of the value of above-threshold direct awards.</b><span style="font-weight: 400;"> This means that a substantial share of the direct procurement market could potentially have been channeled through a more controlled procedure that ensures transparency and competitiveness.</span></p>
<p><span style="font-weight: 400;">The application of the negotiated procedure offers significant institutional advantages: it allows for consultations with several potential suppliers prior to contract conclusion and provides a mechanism for the review of decisions. Even where review is rare — occurring in fewer than 1% of cases — the very existence of this instrument has a deterrent effect and reduces the risk of non-competitive procurement, including procurement justified by an alleged absence of competition.</span></p>
<p><span style="font-weight: 400;">Reinstating the negotiated procedure can thus serve as an effective mechanism for enhancing transparency and minimizing risks in the direct award segment, where oversight and competition are currently limited.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><b>Conclusions</b></h2>
<p><span style="font-weight: 400;">From July 30, 2024 to September 30, 2025, contracting authorities concluded 257,000 above-threshold direct award contracts totaling UAH 401.7 billion. This represents approximately 6% of the total number of contracts in the system and nearly 28% of their aggregate value. While the number of such procurements is relatively modest, their financial scale is significant.</span></p>
<p><span style="font-weight: 400;">Nearly half of the total value (43.3%) of above-threshold direct awards relates to </span><b>natural gas procurement by a contracting authority on which the government has imposed public service obligations</b><span style="font-weight: 400;"> — that is, to reports on the sale of this commodity within the Naftogaz group. This raises the question of whether such reports on Prozorro are necessary at all: prior to 2023, they were not published.</span></p>
<p><span style="font-weight: 400;">A large volume of gas procurement — 8,700 contracts — is also concluded as direct awards following unsuccessful tendering. Contracting authorities succeeded in completing only 8.3% of such competitive procurements. </span><b>A solution must be developed with the involvement of both the Ministry of Economy and the Ministry of Energy</b><span style="font-weight: 400;">, since a quasi-free gas market has now taken shape in public procurement: contracting authorities nominally have the option of purchasing from any supplier, but are in practice compelled to conduct fruitless tendering.</span></p>
<p><span style="font-weight: 400;">Overall, the situation regarding non-competitive above-threshold procurement would be improved by </span><b>reinstating the negotiated procedure.</b><span style="font-weight: 400;"> Excluding natural gas procurement within the Naftogaz group, approximately </span><b>70% of contract value</b><span style="font-weight: 400;"> currently consists of procurement conducted on grounds for which the negotiated procedure was previously required. The negotiated procedure provides for consultations with several suppliers where possible, and for a review mechanism, both of which reduce the risk of infringements and inefficient decisions.</span></p>
<p><span style="font-weight: 400;">Particular attention should also be paid to procurement on grounds of urgent need — the use of this ground increases by approximately 50% toward the end of the budgetary year. It is therefore likely that a portion of such procurements are conducted not so much because of genuinely urgent circumstances as because of budgetary management challenges. This, however, requires further investigation.</span></p>
<p><span style="font-weight: 400;">In addition, it would be advisable to technically link, within Prozorro, unsuccessful open tendering to the subsequent non-competitive procurement conducted as a result of its cancellation. This would enhance the transparency of such procurement and improve oversight of contracting authorities&#8217; compliance with the terms of the original tender in the context of direct awards.</span></p>
<p><span style="font-weight: 400;">Direct awards can be retained as exceptions for circumstances arising specifically from martial law — for example, where a contracting authority is located in an area of active hostilities. At the same time, </span><b>a number of grounds should be reconsidered altogether</b><span style="font-weight: 400;"> — whether they are in fact necessary. Some grounds have been indicated in the system in only a handful or a few dozen procurements. It would also be appropriate to explore alternative procurement methods for the purchase of free legal aid services — for example, framework agreements. </span></p>
<p><span style="font-weight: 400;">For both the negotiated procedure and direct contracts to function effectively, it is </span><b>important to train contracting authorities</b><span style="font-weight: 400;"> — in particular on how best to determine the value of such contracts and select a supplier.</span></p>
<p><span style="font-weight: 400;">Finally, above-threshold direct awards are currently subject to monitoring at a rate seven times lower than competitive procurement — only 2.26% of value compared with 20.9%. They require greater oversight, with a focus on higher-value procurements and material violations. </span></p>
<p><i><span style="font-weight: 400;">This research was prepared within the framework of the “Digitalization for Growth, Integrity, and Transparency” (UK DIGIT) project, implemented by the Eurasia Foundation and funded by UK Dev.</span></i></p>
<p><i><span style="font-weight: 400;">The research was produced with the financial support of the UK Government’s International Development Assistance Programme. The contents of this material are the sole responsibility of Transparency International Ukraine; the views expressed do not necessarily reflect the official policy of the Government of the United Kingdom.</span></i></p>
<h2><span style="font-weight: 400;">This research was developed by</span></h2>
<p><strong>Team lead: </strong></p>
<p><span style="font-weight: 400;">Ivan Lakhtionov, Deputy Executive Director of TI Ukraine for Innovative Projects</span></p>
<p><strong>Authors of the research:</strong></p>
<p><span style="font-weight: 400;">Pavlo Dehtiariov, researcher of DOZORRO TI Ukraine project</span></p>
<p><span style="font-weight: 400;">Kateryna Rusina, Project Manager at DOZORRO</span></p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/billions-outside-prozorro-an-analysis-of-the-grounds-for-applying-above-threshold-direct-awards/">Billions Outside Prozorro: An Analysis of the Grounds for Applying Above-Threshold Direct Awards</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Discrimination in Coal Procurement on Prozorro Market: How Widespread Is It?</title>
		<link>https://ti-ukraine.org/en/research/discrimination-in-coal-procurement-on-prozorro-market-how-widespread-is-it/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Thu, 26 Mar 2026 13:44:35 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=32705</guid>

					<description><![CDATA[<p>More than half (55%) of the hard coal procurements checked contained unlawful requirements to provide additional documents and set extremely short deadlines for their submission — conditions that are potentially discriminatory.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/discrimination-in-coal-procurement-on-prozorro-market-how-widespread-is-it/">Discrimination in Coal Procurement on Prozorro Market: How Widespread Is It?</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p><span style="font-weight: 400;">Since participants have no avenue for challenging procurement on Prozorro Market, they seek any other means of protecting their rights. Including by approaching civil society organizations. Over the past year, our DOZORRO TI Ukraine project received numerous complaints regarding </span><b>potential discrimination in requests for proposals (RFPs)</b><span style="font-weight: 400;">, a significant share of which concerned the procurement of hard coal. In their draft contracts, contracting authorities imposed excessive quality requirements and demanded additional documents not provided by law. </span></p>
<p><span style="font-weight: 400;">We decided</span><b> to examine how widespread this practice is. We focused specifically on hard coal procurement </b><span style="font-weight: 400;">because</span><b>:</b></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">We received many complaints from participants about this category</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">This commodity has clear national quality standards, making it easier to establish whether requirements are excessive</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Coal procurement through Prozorro Market is not mandatory — contracting authorities have an alternative — so unlawful requirements cannot be justified by the constraints of the electronic catalog; and RFPs can here be compared against open tendering.</span></li>
</ul>
<p><span style="font-weight: 400;">This approach allowed us to concentrate on a qualitative analysis of the terms and requirements imposed on suppliers without sacrificing the representativeness of the study. The problems </span><b>identified during this research are potentially not unique to this commodity group and may point to broader systemic challenges in the use of RFPs</b><span style="font-weight: 400;"> that warrant further attention and analysis.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">SUMMARY</span></h2>
<p><span style="font-weight: 400;">More than half (55%) of the hard coal procurements checked contained unlawful requirements to provide additional documents and set extremely short deadlines for their submission — conditions that are potentially discriminatory. </span></p>
<p><span style="font-weight: 400;">Draft contracts frequently also included provisions under which failure to submit documents within the short deadline was automatically treated as a written refusal to conclude a contract, resulting in the rejection of the tender and disqualification of the participant.</span></p>
<p><span style="font-weight: 400;">In the representative sample, winning tenders in procurements with unlawful requirements and disqualifications were on average nearly 40% more expensive than the lowest-priced tenders that contracting authorities had rejected.</span></p>
<p><span style="font-weight: 400;">This practice demonstrates that the simplified RFP procedure sometimes fails to function as intended and partially undermines the logic of the electronic catalog as a fast and accessible procurement tool. To enhance transparency in Prozorro Market procurement, the DOZORRO TI Ukraine project recommends the following:</span></p>
<ol>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Closing the hard coal category in Prozorro Market.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Introducing a mechanism for challenging procurement requirements, which would give businesses a means of protecting their interests and could significantly reduce the risk of abuse. </span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Enabling monitoring of RFPs by the State Audit Service, to bring this procurement under oversight.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Granting the Ministry of Economy the authority to approve standard contracts for specific commodity categories, thereby simplifying their preparation and ensuring legislative compliance, and converting them into electronic contracts.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">As electronic contracting develops, introducing automated pre-screening of draft contracts in the electronic catalog that, upon detecting potentially unlawful language, would generate alerts for supervisory authorities.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Developing guidance notes for authorized persons at contracting authorities, with recommendations on preparing and conducting procurement through the e-catalog.</span></li>
</ol>
<p><span style="font-weight: 400;">Together, these measures can make Prozorro Market procurement more transparent, predictable, and user-friendly for both contracting authorities and market participants.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">What makes Prozorro Market procurement distinctive</span></h2>
<p><span style="font-weight: 400;">The specifics of procurement through the e-catalog (Prozorro Market) are governed by a separate </span><a href="https://zakon.rada.gov.ua/laws/show/822-2020-%D0%BF#Text"><span style="font-weight: 400;">Procedure for the Formation and Use of the Electronic Catalog </span></a><span style="font-weight: 400;">(the Procedure), approved by Cabinet of Ministers Resolution No. 822 of September 14, 2020. The core idea behind this method is to simplify and expedite procurement. Qualification — that is, the verification of supplier documents — is handled by the catalog administrator. </span><b>RFPs are not subject to auditor monitoring, and participants have no right to challenge</b><span style="font-weight: 400;"> either the terms or the decisions of contracting authorities. </span></p>
<p><span style="font-weight: 400;">An RFP is generated by completing electronic forms in which the contracting authority specifies a limited set of details: the name of the procurement item, estimated value, quantity, delivery period and location, payment terms, and the deadline for submitting price proposals. </span></p>
<p><span style="font-weight: 400;">When publishing an RFP, </span><b>a contracting authority may only specify information on the specifications of the goods and their permissible values within the item specification set by the catalog administrator.</b><span style="font-weight: 400;"> The government recently amended the Procedure (</span><a href="https://zakon.rada.gov.ua/laws/show/33-2026-%D0%BF#n71"><span style="font-weight: 400;">Cabinet of Ministers Resolution No. 33 of 14 January 2026</span></a><span style="font-weight: 400;">), further specifying the list of details that may be indicated. It was clarified that, in addition to the information already mentioned, a contracting authority may specify the delivery terms, the amount, type, period, and conditions for providing and returning contract performance security (where it requires such security to be provided), as well as a requirement that the country of origin may not be the Russian Federation, the Republic of Belarus, or the Islamic Republic of Iran.</span></p>
<p><span style="font-weight: 400;">The draft contract, which forms part of the RFP, must not conflict with the information the contracting authority has entered in the electronic fields, and may contain other conditions that are provided for by law in respect of such a contract and that the contracting authority considers necessary for the performance of the contract during its term. </span><b>It is prohibited to include in an RFP requirements directed at the procurement participant or the selected winner, or to demand any additional documents not provided for by the Procedure.</b><span style="font-weight: 400;"> This is a prerequisite for the transparency of such procurement and allows potential suppliers to properly assess its terms and make an informed decision on whether to participate.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Hard coal procurement through RFPs</span></h2>
<p><span style="font-weight: 400;">This study focuses on CPV class &#8220;Solid fuels&#8221; (code 09110000-3), with an additional targeted sample specifically of hard coal procurements conducted through RFPs on Prozorro Market. For the analysis, we selected procurements announced between September 1, 2024, and September 30, 2025. </span></p>
<p><span style="font-weight: 400;">The total number of lots included in the analysis is </span><b>858.</b></p>
<p><span style="font-weight: 400;">For coal procurement, contracting authorities opt for the RFP method twice as often as for open tendering — Prozorro Market accounts for about 64% of such lots. The estimated value of RFP-based procurements is also twice as high, representing 62% of the value of competitive coal orders. Significantly more participants come forward for Prozorro Market procurements — an average of 6.58, compared with 2.04 in open tendering. However, the number of disqualifications is also much higher. </span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/28333125"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/28333125/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">Where contracting authorities reject 16.5% of tenders in open tendering, the corresponding figure in RFPs is approximately 55%. It is important to note in this context that in open tendering, approximately 22% of lots are accompanied by complaints, which underscores the significance of the review mechanism as an instrument for overseeing the transparency and openness of procurement.</span></p>
<p><span style="font-weight: 400;">All profiles in the coal category on Prozorro Market now require goods to comply with the </span><a href="https://ksv.do.am/GOST/DSTY_ALL/DSTY1/dsty_7146-2010.pdf"><span style="font-weight: 400;">DSTU 7146:2010</span></a><span style="font-weight: 400;"> standard (the Standard). Under the Standard: </span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><b>When concluding a coal supply contract</b><span style="font-weight: 400;"> for household needs, a certificate of genetic, technological, and quality characteristics must be presented (clause 7.10). In practice, however, </span><i><span style="font-weight: 400;">the application of this provision of the Standard creates a conflict in law enforcement, since the Procedure expressly prohibits the demand for any additional documents under the RFP. </span></i></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">A coal consignment is considered accepted for dispatch once a composite commercial sample has been taken from it in accordance with DSTU 4096 and a quality certificate has been issued (clause 7.3). Accordingly, this certificate may be requested </span><b>at the time of delivery</b><span style="font-weight: 400;">.</span></li>
</ul>
<p><span style="font-weight: 400;">The requirement to provide these additional documents occasionally appears in lot notes — in 6% of procurements. These are optional fields in which contracting authorities may include supplementary information about the procurement — for example, drawing potential suppliers&#8217; attention to terms of particular importance to them. However, in addition to established documents, contracting authorities in 1.4% of lots also required additional documents not covered by the Standard. Notes carry no legal force, but this already reveals at this stage that some contracting authorities conducting coal procurement tend to impose excessive requirements on potential bidders that are not provided for by law.</span></p>
<p>&nbsp;</p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Additional requirements in draft contracts </span></h2>
<p><span style="font-weight: 400;">For the detailed analysis, we randomly selected 270 lots from the full dataset of 858. The sample was calculated using a 95% confidence interval and a 5% margin of error. The sample is therefore representative and reflects the overall picture of coal procurement through Prozorro Market.</span></p>
<p><span style="font-weight: 400;">Under the legislation in force at the time of the procurements under review, an RFP must not contain requirements directed at the supplier or any documents not provided for by the Procedure. In the draft contract, as elsewhere, a contracting authority may specify only information on the characteristics of the goods and their permissible values within the item specification set by the administrator.</span></p>
<p><span style="font-weight: 400;">The Standard does not require any documents to be provided in respect of coal other than the certificate of genetic, technological, and quality characteristics at contract signing, and the quality certificate for the coal consignment at delivery. Accordingly, </span><b>only the certificate of genetic, technological, and quality characteristics and contract performance security in the form of a bank guarantee may lawfully be required at the contract conclusion stage</b><span style="font-weight: 400;"> (</span><a href="https://zakon.rada.gov.ua/laws/show/922-19#Text:~:text=%D0%A1%D1%82%D0%B0%D1%82%D1%82%D1%8F%2027.,%D0%BF%D1%80%D0%BE%D0%B2%D0%B5%D0%B4%D0%B5%D0%BD%D0%BD%D1%8F%20%D1%81%D0%BF%D1%80%D0%BE%D1%89%D0%B5%D0%BD%D0%BE%D1%97%20%D0%B7%D0%B0%D0%BA%D1%83%D0%BF%D1%96%D0%B2%D0%BB%D1%96."><span style="font-weight: 400;">Article 27(1) of the Law on Public Procurement</span></a><span style="font-weight: 400;">). The right to require a bank guarantee is now also expressly provided for in the </span><a href="https://zakon.rada.gov.ua/laws/show/33-2026-%D0%BF#n71:~:text=%D0%94%D0%BE%D0%B3%D0%BE%D0%B2%D1%96%D1%80%20%D0%BC%D0%BE%D0%B6%D0%B5%20%D0%BC%D1%96%D1%81%D1%82%D0%B8%D1%82%D0%B8%20%D0%B2%D0%B8%D0%BC%D0%BE%D0%B3%D0%B8%20%D1%89%D0%BE%D0%B4%D0%BE%20%D0%B7%D0%B0%D0%B1%D0%B5%D0%B7%D0%BF%D0%B5%D1%87%D0%B5%D0%BD%D0%BD%D1%8F%20%D0%B9%D0%BE%D0%B3%D0%BE%20%D0%B2%D0%B8%D0%BA%D0%BE%D0%BD%D0%B0%D0%BD%D0%BD%D1%8F."><span style="font-weight: 400;">amended Procedure</span></a><span style="font-weight: 400;"> — the contracting authority may specify in the draft contract the amount, type, period, and conditions for providing and returning such security. </span><b>Any other</b> <b>documents demanded from participants or the selected winner that are not provided for by law are unlawful</b><span style="font-weight: 400;">.</span></p>
<p><span style="font-weight: 400;">The findings, however, point to systematic non-compliance with these requirements. The documents most frequently demanded by contracting authorities in draft coal supply contracts were as follows.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/28345409"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/28345409/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">Overall, </span><b>55% of draft contracts</b><span style="font-weight: 400;"> (148)</span><b> in the sample contained requirements to provide additional documents not provided for by either the Procedure or the Standard.</b><span style="font-weight: 400;"> In isolated cases, these were manifestly excessive and included documents with no functional connection to the subject matter of the procurement — for example, a certificate of proficiency in the state language, copies of the coal producer&#8217;s financial statements for prior years, or an expert market assessment. In the majority of procurements, however, the violations consisted in requirements to provide documents that formally relate to the supplier&#8217;s operations but do not affect the physical or quality characteristics of the goods and are not provided for by law, in particular, quality management system certificates, proof of experience in performing similar contracts, or extraction permits. This points to a </span><b>systemic and uncontrolled expansion of supplier requirements.</b><span style="font-weight: 400;"> A full list of documents whose provision was recorded in the study is available via the table </span><a href="https://public.flourish.studio/visualisation/28345505/"><span style="font-weight: 400;">at the</span></a> <a href="https://public.flourish.studio/visualisation/28345505/"><span style="font-weight: 400;">link</span></a><span style="font-weight: 400;">.</span></p>
<p><span style="font-weight: 400;">In practice, contracting authorities are using the </span><b>draft contract as a tool for introducing additional barriers to participation</b><span style="font-weight: 400;"> — contrary to the simplified nature of the RFP procedure and creating disproportionate and discriminatory conditions for suppliers. This eliminates competition, impedes access for bona fide participants, and undermines the logic of the e-catalog as a fast and transparent procurement tool.</span></p>
<p>&nbsp;</p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">When additional documents must be submitted</span></h2>
<p><span style="font-weight: 400;">The review of draft contract terms also revealed that</span><b> in 52% (141) of procurements, contracting authorities set extremely short deadlines — </b><span style="font-weight: 400;">between 1 and 48 hours</span><b> — for submitting an additional, sometimes excessive, list of documents required for contract conclusion.</b></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/28345937"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/28345937/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">Such tight timeframes </span><b>place suppliers</b><span style="font-weight: 400;"> on an </span><b>unequal footing</b><span style="font-weight: 400;">, functioning as a barrier and a covert mechanism for selecting a predetermined winner while screening out those objectively unable to meet the requirements in time.</span></p>
<p><span style="font-weight: 400;">In this context, it is important to determine from what moment the clock actually starts running. The analysis shows that contracting authorities </span><b>use one of two reference points</b><span style="font-weight: 400;">: </span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">the </span><b>opening of proposals</b><span style="font-weight: 400;">, which virtually coincides with the submission deadline;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">the </span><b>determination of the selected winner</b><span style="font-weight: 400;"> (receipt of an automated system notification).</span></li>
</ul>
<p><span style="font-weight: 400;">When publishing an RFP, a contracting authority may set the proposal submission deadline at its own discretion, subject to the minimum requirements of </span><a href="https://zakon.rada.gov.ua/laws/show/822-2020-%D0%BF/print#:~:text=57.%20%D0%97%D0%B0%D0%BC%D0%BE%D0%B2%D0%BD%D0%B8%D0%BA%20%D0%BE%D0%B3%D0%BE%D0%BB%D0%BE%D1%88%D1%83%D1%94,%D0%B5%D0%BB%D0%B5%D0%BA%D1%82%D1%80%D0%BE%D0%BD%D0%BD%D1%96%D0%B9%20%D1%81%D0%B8%D1%81%D1%82%D0%B5%D0%BC%D1%96%20%D0%B7%D0%B0%D0%BA%D1%83%D0%BF%D1%96%D0%B2%D0%B5%D0%BB%D1%8C)."><span style="font-weight: 400;">clause 57 of the Procedure</span></a><span style="font-weight: 400;"> — the deadline may not be less than two working days from the date of publication. Formally, this requirement may be satisfied even where the deadline falls on late evening, midnight, or a weekend. </span></p>
<p><span style="font-weight: 400;">Particular concern is raised by the </span><b>combination of nighttime proposal openings and extremely short deadlines</b><span style="font-weight: 400;">. In 25% of lots with short deadlines, suppliers are given between 1 and 4 hours to provide additional documents after the opening of proposals or the determination of the winner. In half of those cases, the proposal submission deadline and automatic opening fall between 11:00 p.m. and 01:00 a.m. compelling suppliers to submit documents during nighttime hours when most responsible personnel are unavailable. </span></p>
<p><b>As regards the moment of determining the selected winner</b><span style="font-weight: 400;">, under </span><a href="https://zakon.rada.gov.ua/laws/show/822-2020-%D0%BF/ed20240120#Text:~:text=61.%20%D0%9E%D1%86%D1%96%D0%BD%D0%BA%D0%B0%20%D0%BF%D1%80%D0%BE%D0%BF%D0%BE%D0%B7%D0%B8%D1%86%D1%96%D0%B9,%D0%BD%D0%B0%D0%B9%D0%BC%D0%B5%D0%BD%D1%83%D0%B2%D0%B0%D0%BD%D0%BD%D1%8F%20%D1%82%D0%B0%20%D0%BC%D1%96%D1%81%D1%86%D0%B5%D0%B7%D0%BD%D0%B0%D1%85%D0%BE%D0%B4%D0%B6%D0%B5%D0%BD%D0%BD%D1%8F."><span style="font-weight: 400;">clauses 61–62 of the Procedure</span></a><span style="font-weight: 400;"> the winner is determined automatically upon expiry of the submission deadline and evaluation by the electronic system. </span><b>In practice, however, this long remained in a gray area</b><span style="font-weight: 400;">, with two competing interpretations: immediately upon opening of proposals, or upon the contracting authority&#8217;s confirmation. This has now been resolved. Under the amended </span><a href="https://zakon.rada.gov.ua/laws/show/822-2020-%D0%BF#Text:~:text=%D0%97%D0%B0%20%D1%80%D0%B5%D0%B7%D1%83%D0%BB%D1%8C%D1%82%D0%B0%D1%82%D0%B0%D0%BC%D0%B8%20%D0%BE%D1%86%D1%96%D0%BD%D0%BA%D0%B8%20%D0%B5%D0%BB%D0%B5%D0%BA%D1%82%D1%80%D0%BE%D0%BD%D0%BD%D0%BE%D1%8E,%D0%B2%20%D0%B5%D0%BB%D0%B5%D0%BA%D1%82%D1%80%D0%BE%D0%BD%D0%BD%D1%96%D0%B9%20%D1%81%D0%B8%D1%81%D1%82%D0%B5%D0%BC%D1%96%20%D0%B7%D0%B0%D0%BA%D1%83%D0%BF%D1%96%D0%B2%D0%B5%D0%BB%D1%8C."><span style="font-weight: 400;">clause 62</span></a><span style="font-weight: 400;">, the contracting authority determines the winner and records its intention to conclude a contract in a protocol that is automatically generated and published in the system. Notification of intent is sent automatically within one day of publication. The start of the compliance period is therefore now more transparent and clear to all suppliers.</span></p>
<p><span style="font-weight: 400;">Even so, where contracting authorities indicated that the winner would be determined &#8220;upon receipt of a system notification,&#8221; the combination of short deadlines and uncertainty about when that notification would arrive created additional pressure. Winners were compelled to await confirmation without being able to predict the precise start of the compliance period, making timely preparation of documents more difficult. In any case, requirements to provide excessive or unlawfully demanded documents remained unlawful regardless of how that moment was defined. </span></p>
<p><b>Imposing additional requirements through the draft contract not only constitutes a procedural violation but also contradicts the fundamental principles of contract law and public procurement.</b><span style="font-weight: 400;"> Contract terms apply only to the parties that have actually concluded the contract. </span></p>
<p><span style="font-weight: 400;">Equally legally incorrect is the widespread practice of including provisions such as:</span><i><span style="font-weight: 400;"> &#8220;In the event that the Contracting Authority is not provided with such documents (as defined in the draft contract), the Contracting Authority shall treat this as a written refusal by the participant to sign the contract, and shall accordingly reject such participant&#8217;s proposal pursuant to subclause 2 of clause 64 of Cabinet of Ministers Resolution No. 822 of September 14, 2020.&#8221;</span></i></p>
<p><a href="https://zakon.rada.gov.ua/laws/show/822-2020-%D0%BF/print#:~:text=3)%20%D0%BF%D0%B8%D1%81%D1%8C%D0%BC%D0%BE%D0%B2%D0%BE%20%D0%B2%D1%96%D0%B4%D0%BC%D0%BE%D0%B2%D0%B8%D0%B2%D1%81%D1%8F,%D0%B4%D0%BD%D1%8F%20%D0%B9%D0%BE%D0%B3%D0%BE%20%D0%BF%D1%80%D0%B8%D0%B9%D0%BD%D1%8F%D1%82%D1%82%D1%8F."><span style="font-weight: 400;">Subclause 3 of clause 64 of the Procedure</span></a><span style="font-weight: 400;"> provides as a ground for rejection only the selected winner&#8217;s written refusal to sign the contract. </span><a href="https://zakon.rada.gov.ua/laws/show/435-15#n1156:~:text=%D0%A1%D1%82%D0%B0%D1%82%D1%82%D1%8F%20207.,%D0%BD%D0%B5%20%D0%BF%D0%B5%D1%80%D0%B5%D0%B4%D0%B1%D0%B0%D1%87%D0%B5%D0%BD%D0%BE%20%D0%B7%D0%B0%D0%BA%D0%BE%D0%BD%D0%BE%D0%BC."><span style="font-weight: 400;">Under Article 207 of the Civil Code</span></a><span style="font-weight: 400;">, </span><i><span style="font-weight: 400;">a legal transaction is considered to have been effected in writing if its content is recorded in document(s) exchanged by the parties, including through information and communication systems.</span></i><span style="font-weight: 400;"> A refusal to conclude a contract has legal force only if made in writing by a person with authority to sign it — the selected winner, not merely a procurement participant — and communicated to the other party. </span><b>The failure of a participant or winner to take certain actions or submit documents, even if such actions are provided for in the draft contract, cannot therefore be treated as a written refusal to sign.</b></p>
<p><span style="font-weight: 400;">Such conditions create fertile ground for abuse. Formal procedural compliance combined with additional barriers at the contract conclusion stage creates the appearance of competitive tendering while in practice restricting participation to a narrow pool of suppliers who, in certain cases, may be connected, resulting in procurement at inflated prices and inefficient use of public funds.</span></p>
<p><span style="font-weight: 400;">For example, in February 2025, a gymnasium in Kirovohrad Region </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-02-26-011704-a"><span style="font-weight: 400;">procured three types of coal.</span></a><span style="font-weight: 400;"> The draft contract required participants to submit over a dozen documents — including an underground mining permit and financial statements — within 24 hours of the opening of proposals. The contracting authority rejected 8 out of 9 proposals and concluded a contract at the highest price of UAH 299,700, while the lowest offer was UAH 182,000. In another case, the Vanchykivtsi Village Council&#8217;s coal </span><a href="https://prozorro.gov.ua/uk/tender/UA-2024-11-11-008193-a"><span style="font-weight: 400;">procurement</span></a><span style="font-weight: 400;"> required a set of documents within 24 hours of the winner being determined. According to suppliers, proposals were rejected even where the documents were submitted. The contracting authority rejected 8 out of 9 proposals and concluded a contract for nearly UAH 2.6 million, against a lowest tender of UAH 1.5 million. </span></p>
<p><span style="font-weight: 400;">Overall, in the analyzed sample, the gap between the lowest and winning tenders in procurements with unlawful requirements or short deadlines amounted to UAH 28.5 million — contracts ended up costing nearly 40% more than they could have.</span></p>
<p><span style="font-weight: 400;">Such violations have already drawn the attention of law enforcement and courts. A number of criminal proceedings have been opened for misappropriation of public funds in RFP procedures (case numbers </span><a href="https://reyestr.court.gov.ua/Review/130498953"><span style="font-weight: 400;">42024222140000071</span></a><span style="font-weight: 400;">, </span><a href="https://reyestr.court.gov.ua/Review/128549075"><span style="font-weight: 400;">12025082210000241</span></a><span style="font-weight: 400;">, </span><a href="https://reyestr.court.gov.ua/Review/129000685"><span style="font-weight: 400;">12025160000000217</span></a><span style="font-weight: 400;">). A court judgment has also been handed down (</span><a href="https://reyestr.court.gov.ua/Review/131163449"><span style="font-weight: 400;">No. 573/1300/25</span></a><span style="font-weight: 400;">) finding that the contracting authority&#8217;s actions — in particular, setting a 1-hour deadline for an excessive list of documents — resulted in the rejection of the majority of economically advantageous proposals, contract conclusion at an inflated price, and inefficient use of public funds.</span></p>
<p><span style="font-weight: 400;">As part of the study, we </span><b>spoke with suppliers</b><span style="font-weight: 400;"> about their direct experience practice of applying additional requirements and barriers at different stages of procurement. Some noted that in most procurements with additional requirements, contracting authorities either tailor conditions to a specific supplier or mechanically copy draft contracts from other RFPs. They also noted that contracting authorities sometimes justify excessive requirements by the desire to minimize their own risk in connection with potential post-delivery inspections. One supplier reported instances of pressure from competitors filing complaints with law enforcement, after which contracting authorities are required to justify the price-to-quality ratio of the coal delivered. </span></p>
<p><span style="font-weight: 400;">We also approached individual </span><b>contracting authorities</b><span style="font-weight: 400;"> for their perspective. Most said the primary purpose of such measures is to &#8220;play it safe&#8221; against the risk of receiving low-quality coal mid-heating-season or dealing with unreliable suppliers or fraudsters. They noted that even where contractual penalties exist, they often lack the resources for lengthy court proceedings. Regrettably, some contracting authorities, when their attention was drawn to potential violations, responded dismissively or claimed not to recall the details. It is also worth noting that some contracting authorities interpret certain legislative provisions at their own discretion — for example, taking the view that requiring documents and contract signature within 24 hours does not conflict with the statutory five-calendar-day deadline for concluding a contract.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Conclusions</span></h2>
<p><b>55% of RFPs for coal procurement contain requirements to provide documents not provided for by law, and </b><span style="font-weight: 400;">52%</span><b> set short submission deadlines.</b><span style="font-weight: 400;">In the representative sample, winning tenders in procurements with unlawful requirements and disqualifications were on average</span><b> nearly 40% more expensive than the rejected </b><span style="font-weight: 400;">lowest-priced tenders</span><b>.</b></p>
<p><span style="font-weight: 400;">These statistics relate exclusively to coal category procurements, not to all RFPs on Prozorro Market. The situation may vary by commodity, and there may be categories where this problem is not systemic. The study does, however, identify specific vulnerabilities in the RFP process and illustrates the potential scale of problems in certain categories.</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><b>The most effective remedy would be a review mechanism in Prozorro Market</b><span style="font-weight: 400;">, currently being developed under the draft new Law on Public Procurement. However, that process is lengthy and the new mechanism will not cover all RFP-based procurements. </span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">The situation of unlawful rejections on grounds of alleged refusal to sign would improve with </span><b>e-contracting</b><span style="font-weight: 400;">, which is also yet to come. But these need not be the only solutions. </span></li>
</ul>
<p><span style="font-weight: 400;">It is therefore worth introducing a range of additional instruments to reduce abuse risks, enhance legal certainty, and strengthen contracting authority capacity.</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Enable monitoring of RFPs by the State Audit Service.</span></li>
</ul>
<p><span style="font-weight: 400;">The State Audit Service does not currently monitor RFPs. Whether it has the legal authority to do so is disputed due to ambiguous wording in the procurement rules. It would therefore be advisable either to confirm formally that monitoring is permitted or to amend the legislation accordingly. Even selective monitoring and sanctioning of individual violators can deter future violations.</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Develop and introduce standard contracts.</span></li>
</ul>
<p><span style="font-weight: 400;">The e-catalog currently has no mandatory contract templates for commodity categories, and the Ministry of Economy lacks the authority to approve them. The Ministry should be granted that authority and standard contracts approved that set out the permissible terms for coal procurement, leaving contracting authorities to fill in only the key parameters — delivery and payment terms and quantity. This would unify procurement terms, ensure legislative compliance, and simplify preparation without restricting contracting authorities from reflecting their specific needs. These should subsequently be introduced as e-contracts.</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Close the hard coal category in Prozorro Market.</span></li>
</ul>
<p><span style="font-weight: 400;">Given that over 50% of procurements in this category contained unlawful requirements, coal procurement through RFPs should be restricted. Procurement would then take place through a method under which businesses may challenge discriminatory requirements and auditors may carry out monitoring. </span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Develop and introduce universal guidance notes for procurement through the electronic catalog.</span></li>
</ul>
<p><span style="font-weight: 400;">Such notes will help authorized persons conduct RFPs correctly, apply legislative provisions accurately, and avoid excessive or discriminatory conditions — contributing to more transparent, predictable, and high-quality catalog procurement.</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">As electronic contracting develops, introduce automated pre-screening of draft contracts in the e-catalog as a risk indicator for supervisory authorities.</span><span style="font-weight: 400;"><br />
</span><span style="font-weight: 400;">The algorithm could detect keywords and language conflicting with legislation and the Procedure — such as &#8220;certificate,&#8221; &#8220;declaration,&#8221; &#8220;permit,&#8221; &#8220;within X hours of the opening of tenders.&#8221; Where such indicators are found, the system could generate risk signals or reports for supervisory authorities. This will become technically feasible only once electronic contracting is in place, as the system currently cannot automatically read and analyze file contents.</span></li>
</ul>
<p><span style="font-weight: 400;">These recommendations will help eliminate one method of circumventing the rules in coal procurement and more broadly improve the efficiency and transparency of RFP-based procurement. Efforts must also continue to find approaches that allow contracting authorities to minimize the risk of receiving substandard goods, while protecting bona fide participants from artificially created obstacles and bad-faith practices.</span></p>
<p><i><span style="font-weight: 400;">This research was made possible with the support of the MATRA program of the Embassy of the Kingdom of the Netherlands in Ukraine. Responsibility for the content lies with the author and does not necessarily reflect the official position of the Embassy.</span></i></p>
<h2><span style="font-weight: 400;">This research was developed by</span></h2>
<p><strong>Team lead: </strong></p>
<p><span style="font-weight: 400;">Ivan Lakhtionov, Deputy Executive Director of TI Ukraine for Innovative Projects</span></p>
<p><strong>Authors of the research:</strong></p>
<p><span style="font-weight: 400;">Viktoriia Hermasheva, Projects Assistant, TI Ukraine</span></p>
<p><span style="font-weight: 400;">Kateryna Rusina, Project Manager at DOZORRO </span></p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/discrimination-in-coal-procurement-on-prozorro-market-how-widespread-is-it/">Discrimination in Coal Procurement on Prozorro Market: How Widespread Is It?</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Transition to VAT-Exclusive Bid Evaluation: A Study of Likely Impacts</title>
		<link>https://ti-ukraine.org/en/research/transition-to-vat-exclusive-bid-evaluation-a-study-of-likely-impacts/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Thu, 12 Feb 2026 07:49:35 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=32264</guid>

					<description><![CDATA[<p>The government is proposing to set estimated value in public procurement exclusive of VAT and, accordingly, to evaluate bidders’ proposals on the same VAT-exclusive basis. The DOZORRO Transparency International Ukraine project, in cooperation with CEP KSE, analyzed how this change could affect the sector.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/transition-to-vat-exclusive-bid-evaluation-a-study-of-likely-impacts/">Transition to VAT-Exclusive Bid Evaluation: A Study of Likely Impacts</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p><span style="font-weight: 400;">Recently, the Cabinet of Ministers </span><a href="https://www.kmu.gov.ua/npas/pro-vnesennia-zmin-do-postanov-kabinetu-ministriv-ukrainy-vid-14-s132050226"><span style="font-weight: 400;">adopted a resolution</span></a><span style="font-weight: 400;"> that will require contracting authorities to specify estimated value and evaluate bidders’ proposals, excluding value-added tax (VAT). The changes will take effect on July 1, 2026.</span></p>
<p><span style="font-weight: 400;">This is already the second attempt to introduce this approach—similar proposal was put forward back in </span><a href="https://me.gov.ua/Documents/Detail/0c29e679-5a53-46be-b436-d715074f3a30?lang=uk-UA&amp;title=ProktPostanoviKabinetuMinistrivUkrainiproVnesenniaZminDoPostanovKabinetuMinistrivUkrainiVid14-Veresnia2020-R-822-IVid12-Zhovtnia2022-R-1178-&amp;fbclid=IwY2xjawNtetJleHRuA2FlbQIxMABicmlkETFNM2VsOEpkYXlzVjQ4UHcyAR4vlAE-M_iXSXJpc4Ma4hWHLyKDdMfZxYpTmz7Gq_GsK9i1YEjmU3saSqcbMw_aem_HHpzbOcH7Dp0hcG5orB-UA"><span style="font-weight: 400;">May 2025.</span></a><span style="font-weight: 400;"> The revival of this idea is also </span><b>linked to a new International Monetary Fund program worth up to $8.1 billion.</b><span style="font-weight: 400;"> To access these funds, Ukraine must implement a number of reforms, including abolishing the separate income threshold for VAT liability for individual entrepreneurs under the simplified taxation system. The current threshold is over UAH 9.3 million, and it may be reduced to between </span><a href="https://finance.liga.net/ua/ekonomika/novosti/bloomberg-minfin-perepysuie-zakonoproiekt-pro-pdv-dlia-fopiv-pislia-krytyky-zelenskoho"><span style="font-weight: 400;">UAH 1 million and UAH 4 million.</span></a><span style="font-weight: 400;"> This threshold has triggered intense public debate. Changes in public procurement are framed as an additional, but still mandatory, step. </span></p>
<p><span style="font-weight: 400;">A similar VAT-related approach is embedded in the draft new Law on Public Procurement (Draft Law No. 11520). It provides for determining estimated value exclusive of VAT. </span></p>
<p><span style="font-weight: 400;">We analyzed how these changes could affect the sector. For this purpose, we </span><i><span style="font-weight: 400;">examined completed competitive procurement procedures announced in 2024 and in the first five months of 2025.  </span></i></p>
<p><span style="font-weight: 400;">Data on VAT-payer status for procurement participants and contracting authorities were provided by the YouControl analytical system—we are sincerely grateful to our colleagues for this cooperation, which effectively made this analysis possible. We also recognize that VAT status could have changed during the study period. However, because it is nearly impossible to automatically verify a participant’s VAT status at the time of each individual procurement procedure, we used current-status data.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>Summary</b></h1>
<p><b>Accurately estimating the economic impact of these changes is virtually impossible at this stage.</b><span style="font-weight: 400;"> We are unlikely to see the real picture until at least the end of 2026, once the new rules have been in force for six months.</span></p>
<p><span style="font-weight: 400;">Presumably, the changes will further </span><b>increase the share of procurements won by VAT-paying participants</b><span style="font-weight: 400;">, who already account for wins in 68.16% of competitive lots by number and 92.14% by value. Cooperation conditions for small businesses are likely to worsen.</span></p>
<p><span style="font-weight: 400;">The largest impact will be on competitive procurements where VAT-paying participants compete directly with non-VAT-paying participants, approximately 21% of lots by number and less than 10% by value.</span></p>
<p><span style="font-weight: 400;">However, </span><b>it is very difficult to forecast whether contracting authorities will actually pay more</b><span style="font-weight: 400;">. The change in evaluation methodology alone is likely to have a limited economic effect. If VAT-exclusive bid evaluation had already been in place during the analyzed period (one year and five months), and participant strategies had remained unchanged, contracting authorities would have paid an additional UAH 250 million, which is less than 0.1% of total contract value.</span></p>
<p><span style="font-weight: 400;">By contrast, changes in expenditure planning and in setting estimated procurement value may have a more serious effect. Under a worst-case scenario—if all non-VAT-paying contracting authorities add 20% to estimated value as a safeguard—budget pressure could increase to more than UAH 60 billion. Even in that scenario, however, competition could still push actual spending downward. </span></p>
<p><span style="font-weight: 400;">On top of this, we must account for likely changes in bidder behavior, which are even harder to predict.</span></p>
<p><span style="font-weight: 400;">Evaluating bids without VAT </span><b>may also increase price transparency</b><span style="font-weight: 400;">.</span></p>
<p><b>In practice, the most difficult adjustment, especially at the beginning, will be for contracting authorities, which will need to adapt mid-budget year.</b><span style="font-weight: 400;"> We expect the Ministry of Economy to issue clear guidance with practical instructions on how to calculate estimated value, launch procurement procedures, and conclude contracts under the new rules. </span></p>
<p><span style="font-weight: 400;">That said, the most significant impact on the sector will likely come not from procurement-rule changes, but from tax reform—specifically, the </span><a href="https://mof.gov.ua/storage/files/%D0%9F-1%20%D0%9F%D0%97%D0%A3.docx"><span style="font-weight: 400;">draft law</span></a><span style="font-weight: 400;"> abolishing the separate upper VAT-liability threshold for individual entrepreneurs under the simplified taxation system. The current threshold is over UAH 9.3 million and may be reduced to UAH 1–4 million, in line with the rules applied to other entrepreneurs. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>How the new approach to setting estimated value will work</b></h1>
<p><b>For now</b><span style="font-weight: 400;">, the contracting authority determines how to announce a procurement—whether the estimated value is stated inclusive of VAT or exclusive of VAT. Bids are evaluated based on their total final price, which includes 20% VAT (or another applicable rate) if the bidder is a VAT payer.</span></p>
<p><span style="font-weight: 400;">If the changes take effect, the contracting authority will indicate the value inclusive of VAT in the procurement plan, but exclusive of VAT in the procurement notice itself. Bids will also be reviewed exclusive of VAT. If a VAT payer wins, the VAT amount will be added to the bid price at the contract-signing stage. In this way, the final contract value will increase, but it will not exceed the procurement value stated in the plan. </span></p>
<p><span style="font-weight: 400;">Why exclude only VAT, given that it is not the only tax that differs across businesses? Most likely because VAT is an indirect tax—effectively paid (financed) by the buyer, while the business only administers and remits it to the budget. By contrast, most other taxes—including the single tax for individual entrepreneurs and corporate income tax—are direct taxes borne by the business itself.  </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>Do the proposals align with EU rules?</b></h1>
<p><span style="font-weight: 400;">In the explanatory note to the draft government resolution, the government stated that the changes are consistent with the European approach to estimated-value setting and bid evaluation.</span></p>
<p><span style="font-weight: 400;">This claim cannot be fully endorsed. Directive 2014/24/EU, which regulates public procurement in the EU, states that contracting authorities must calculate estimated procurement value exclusive of VAT. At the same time, the directive does not regulate VAT treatment at the bid-evaluation stage. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>VAT payers among contracting authorities and participants</b></h1>
<p><span style="font-weight: 400;">According to BI Prozorro and the YouControl analytical system, non-VAT payers predominate among contracting authorities, accounting for 78.47%. This is expected, since most of them are budget-funded institutions. The remaining 21.53% of contracting authorities are VAT payers—for example, state-owned enterprises. </span></p>
<p><span style="font-weight: 400;">If we look at all market participants (in both direct and competitive procurement), the overall status split is similar:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">non-VAT payers — 74.76%</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">VAT payers — 25.24%</span></li>
</ul>
<p><i><span style="font-weight: 400;">Note: In further calculations, we excluded CPV 3300 Medical equipment, pharmaceuticals, and personal care products, because some medicines and medical devices are taxed at a 7% rate. Procurements in preferential categories were not excluded from calculations, since separating them requires manual processing.</span></i></p>
<p><span style="font-weight: 400;">In competitive procurement, 88.03% of procedures were announced inclusive of VAT. These procedures accounted for 79.56% of the total value.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/27632441"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/27632441/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">In competitive lots, the share of VAT-paying participants rises to 50.56%. This can be explained by the fact that competitive procurements are higher in value, while companies and individual entrepreneurs become VAT payers once they reach a certain annual income threshold. </span><b>VAT payers</b><span style="font-weight: 400;"> also win more often. Over the nearly one-and-a-half-year period we analyzed, they </span><b>won 68.16% of competitive lots. By value, they accounted for 92.14% of contracts.</b></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/27632654"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/27632654/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>How competition may change</b></h1>
<p><span style="font-weight: 400;">In previous years, VAT payers argued that they were at a disadvantage compared with non-VAT payers because they had to add VAT to their bid price. However, as noted above, in competitive procurement they already receive roughly two-thirds of contracts by number and 92% by value. Once the changes take effect, VAT payers will likely win more often, but a substantial increase in their contract share is unlikely. Much will also depend on their interest in smaller lots. </span></p>
<p><b>The shift to VAT-exclusive bid evaluation will primarily affect tenders where non-VAT participants compete directly against VAT payers.</b><span style="font-weight: 400;"> During the study period, the distribution was as follows:</span></p>
<ul>
<li style="list-style-type: none;">
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">only non-VAT participants — 21.66%</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;"> only VAT-paying participants — 57.01%</span></li>
<li style="font-weight: 400;" aria-level="1"><b>both participant types — 21.1%</b></li>
</ul>
</li>
</ul>
<div class="flourish-embed flourish-chart" data-src="visualisation/27632697"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/27632697/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">It is also important to note that, </span><b>when bids are evaluated exclusive of VAT</b><span style="font-weight: 400;">, the balance may tilt in the opposite direction, </span><b>with VAT payers gaining the advantage</b><span style="font-weight: 400;">—because they may claim input VAT recovery on procurements they previously made with VAT included. As a result, even where the nominal price of goods is the same, VAT payers’ effective costs may be lower.  Under such conditions, there is a risk of small businesses being crowded out of public procurement.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>Will non-VAT contracting authorities have to pay more?</b></h1>
<p><span style="font-weight: 400;">This is a difficult question to answer. On the one hand, it is possible to estimate, at least approximately, the economic effect of harmonizing bid-evaluation methodology itself. On the other hand, potential changes in how contracting authorities plan expenditures and set estimated procurement value also need to be considered. Of course, bidder behavior will matter as well, and that behavior may also change. However, in the case of bidders, probable scenarios are significantly harder to forecast.</span></p>
<h2><span style="font-weight: 400;">1. Contracting authorities evaluate bids exclusive of VAT: economic effect</span></h2>
<p><span style="font-weight: 400;">Perhaps the main concern procurement practitioners raise about evaluating all bids exclusive of VAT is that, in the end, contracting authorities may overpay. </span></p>
<p><i><span style="font-weight: 400;">Example.</span></i><span style="font-weight: 400;"> A contracting authority allocates UAH 120,000 in its annual plan for a procurement and announces the procedure exclusive of VAT—i.e., with an estimated value of UAH 100,000. Two bidders participate: a VAT payer with a bid of UAH 95,000 and a non-VAT payer with a bid of UAH 97,000. Under VAT-exclusive evaluation, the VAT payer wins. At the contract stage, 20% VAT is then added. As a result, the final contract value is UAH 114,000—which is UAH 17,000 more than it would have been if the authority had signed with the non-VAT payer.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/27632780"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/27632780/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">For VAT-paying contracting authorities, this rule change is unlikely to have a material effect. It is already more advantageous for them to announce procurements exclusive of VAT, and they can do so under current rules. If a VAT payer wins, the additional VAT amount included in the contract can later be recovered through input tax credit. By contrast, the </span><b>changes will affect non-VAT-paying contracting authorities (about four-fifths of all authorities):</b><span style="font-weight: 400;"> they cannot recover paid VAT, and the bid that appeared cheapest exclusive of VAT may become more expensive than others once 20% VAT is added.</span></p>
<p><span style="font-weight: 400;">We analyzed</span><b> whether winner selection in past procurements would have changed if bids had been evaluated exclusive of VAT, and by how much contract totals would have increased. </b></p>
<p><span style="font-weight: 400;">For procurements where VAT payers and non-VAT payers competed against each other, we converted bids to net amounts (exclusive of VAT), identified winners based on those net amounts, and added 20% tax if the winner was a VAT payer. We then calculated differences between the final bids of the simulated winners and the actual winners.</span></p>
<p><b>If, during the study period, non-VAT-paying contracting authorities had evaluated all bids exclusive of VAT, total contract value would have been UAH 250 million higher than it actually was.</b></p>
<p><span style="font-weight: 400;">At the national level, over nearly one and a half years, this is a relatively small amount—</span><b>0.06% of the total value of contracts awarded by non-VAT-paying contracting authorities.</b><span style="font-weight: 400;"> This is because these two bidder types meet in tenders infrequently, in only about one-fifth of cases, and differences between their bids were usually minimal, sometimes even less than one hryvnia. Potentially, this gap in final bid value could widen if the new rules are introduced, because non-VAT participants would need to cut prices more aggressively to win tenders. </span></p>
<h2><span style="font-weight: 400;">2. To hedge risk, contracting authorities may plan estimated value and expenditures 20% higher</span></h2>
<p><span style="font-weight: 400;">Because </span><b>contracting authorities are concerned</b><span style="font-weight: 400;"> that they may have to pay more after the reform, they may plan for higher expected expenditures. </span><b>Some may simply budget amounts 20% higher than before</b><span style="font-weight: 400;"> to remain on the safe side and ensure they can procure the required quantity.</span></p>
<p><b>The worst-case scenario</b><span style="font-weight: 400;"> is that all non-VAT-paying contracting authorities do this in all cases. In that event, demand for </span><b>local and state budget expenditures could increase by UAH 61.78 billion per year. </b><span style="font-weight: 400;">In practice, the scale will likely be smaller, and this pressure may be one-off: after the first year of VAT-exclusive bid evaluation, there will be actual data showing what costs what in Prozorro and how the reform has functioned. Even so, this underscores the need to </span><b>support contracting authorities in setting estimated value</b><span style="font-weight: 400;">—and not only to account for VAT correctly. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>We will see higher-quality price statistics on Prozorro</b></h1>
<p><b>Now,</b><span style="font-weight: 400;"> if a contracting authority announces a procurement inclusive of VAT, a non-VAT payer may submit a bid within the full estimated value. As a result, that bidder may receive funds that were originally set aside in case VAT had to be paid.</span></p>
<p><i><span style="font-weight: 400;">Example. </span></i><span style="font-weight: 400;">A contracting authority announces a procurement with an estimated value of UAH 120,000 inclusive of VAT. Accordingly, UAH 20,000 of that estimated value is VAT, which would need to be included in the contract and paid if a VAT payer wins. Two bids are submitted: a VAT payer at UAH 119,000 and a non-VAT payer at UAH 118,000. The authority signs a contract without VAT at UAH 118,000. That is already UAH 18,000 higher than the estimated value of the procurement item exclusive of VAT.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/27632824"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/27632824/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">In practice, because non-VAT-paying contracting authorities are generally indifferent as to which status of supplier they contract with, they usually have no reason to analyze item value exclusive of VAT. Their priority is to obtain the most economically advantageous bid. Therefore, they may mark the estimated value as “inclusive of VAT” simply to preserve the option of contracting with a VAT payer later.</span></p>
<p><span style="font-weight: 400;">We examined </span><b>competitive VAT-inclusive procurements in which contracts were awarded to non-VAT payers.</b><span style="font-weight: 400;"> Specifically, we calculated estimated value exclusive of VAT and the gap between that figure and the signed contract amount.</span></p>
<p><b>In 70.75% of cases (93,500 lots out of 132,100), the contract value with a </b><span style="font-weight: 400;">non-VAT payer exceeded estimated value exclusive of VAT. The total </span><b>excess amounted to UAH 3.98 billion, or </b><span style="font-weight: 400;">7.95% of the initial total value of those agreements. </span></p>
<p><b>Two interpretations </b><span style="font-weight: 400;">are possible:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">either </span><b>prices are higher than they could be</b><span style="font-weight: 400;">, because non-VAT payers can submit bids up to the full estimated value in procurements where VAT is included;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">or </span><b>estimated procurement value is understated</b><span style="font-weight: 400;">, and the additional 20% set aside for VAT effectively brings it closer to market level.</span></li>
</ul>
<p><span style="font-weight: 400;">We also identified a number of State Audit Service monitoring findings in which violations were recorded when a winning non-VAT bid exceeded the estimated procurement value net of VAT. For example, this occurred in a </span><a href="https://prozorro.gov.ua/uk/tender/UA-2023-02-23-009899-a"><span style="font-weight: 400;">overhaul procurement for Kyiv City Clinical Hospital No. 1,</span></a><span style="font-weight: 400;"> where the contract was signed without VAT at UAH 59.1 million against an estimated value of UAH 61.1 million inclusive of VAT, and in a procurement for </span><a href="https://prozorro.gov.ua/uk/tender/UA-2024-03-11-010486-a"><span style="font-weight: 400;">green-space maintenance in Vynohradiv</span></a><span style="font-weight: 400;">, where the contract was UAH 1.67 million without VAT against an estimated value of UAH 1.69 million inclusive of VAT.</span></p>
<p><span style="font-weight: 400;">This practice is not widespread, and there are also monitoring cases in which auditors did not identify violations in similar circumstances.</span></p>
<p><span style="font-weight: 400;">In this context, </span><b>VAT-exclusive bid evaluation may be beneficial: </b><span style="font-weight: 400;">at a minimum, it can improve how market value is </span><b>reflected in procurement pricing. </b><span style="font-weight: 400;">At the same time, there is a possibility that the changes will also incentivize non-VAT participants to reduce prices.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>Will these changes increase tax revenues?</b></h1>
<p><b>A significant fiscal effect from procurement-rule changes alone should not be expected. </b><span style="font-weight: 400;">Public procurement participants account for only 1.6% of all active business entities. Of course, part of the overall business-entity count consists of individual entrepreneurs who in practice operate under </span><a href="https://yur-gazeta.com/publications/practice/inshe/oznaki-shem-uhilennya-na-shcho-zvertae-uvagu-nbu-pri-posilenni-naglyadu.html"><span style="font-weight: 400;">employment-like arrangements.</span></a><span style="font-weight: 400;"> But even if we compare procurement participants only with legal entities, their share is still below 5%. In addition, VAT payers already win 68% of contracts in competitive lots, which account for 92% of the total contract value in competitive procurement. </span></p>
<p><span style="font-weight: 400;">In some cases, communities will indirectly finance the state budget, except where VAT is recoverable. This refers to situations in which a VAT payer’s final winning bid (after VAT is added) exceeds a non-VAT payer’s bid. As the calculations above show, however, these amounts are small.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>What will change for VAT-paying contracting authorities?</b></h1>
<p><span style="font-weight: 400;">For these organizers, it is </span><b>more advantageous to announce procurement exclusive of VAT</b><span style="font-weight: 400;">, because even if a VAT payer wins and VAT must be included in the contract value, the tax can later be recovered through input tax credit. In general, they can </span><b>already</b><span style="font-weight: 400;"> announce procurement this way—but the data show </span><b>this is done in only 13.38% of cases</b><span style="font-weight: 400;">.</span></p>
<p><span style="font-weight: 400;">In 2024 and the first five months of 2025, VAT-paying contracting authorities signed UAH 25.7 billion in agreements with non-VAT participants. </span><b>If they had evaluated bids exclusive of VAT</b><span style="font-weight: 400;">, non-VAT participants would have won less often, and </span><b>the total value of winning bids would have been UAH 600 million lower</b><span style="font-weight: 400;"> (accounting for input tax credit). Why this occurs requires additional research.</span></p>
<p><span style="font-weight: 400;">Contracting authorities can already announce procurement exclusive of VAT, but State Audit Service monitoring conclusions sometimes </span><b>treat it as a violation when the final contract amount inclusive of VAT exceeds the estimated value stated exclusive of VAT</b><span style="font-weight: 400;">.</span></p>
<p><span style="font-weight: 400;">For example, in January 2023, state enterprise Dobropilliavuhillia-Vydobutok </span><a href="https://prozorro.gov.ua/uk/tender/UA-2023-01-19-010218-a"><span style="font-weight: 400;">ran a procurement for pipes.</span></a><span style="font-weight: 400;"> In the procurement plan, it stated an estimated value inclusive of VAT at UAH 7.8 million, but announced the tender itself exclusive of VAT at UAH 6.5 million. A VAT payer won with a bid of UAH 6.48 million exclusive of VAT; VAT was then added in the contract, bringing the final amount to UAH 7.78 million. Therefore, the contracting authority followed the steps the government now proposes to make mandatory. Nevertheless, the Chernivtsi Regional Office of the Western Office of the State Audit Service identified this as a violation, stating that the authority </span><i><span style="font-weight: 400;">“did not reject the bidder’s tender proposal as one whose price exceeds the estimated procurement value determined by the contracting authority in the open-tender notice.” </span></i></p>
<p><span style="font-weight: 400;">However, </span><b>this is not a consistent agency practice</b><span style="font-weight: 400;">, and opposite decisions also exist. For example, the Odesa branch of Ukrainian Sea Ports Authority, in its annual plan for</span><a href="https://prozorro.gov.ua/uk/tender/UA-2021-10-29-009611-a/monitorings"><span style="font-weight: 400;"> territory-maintenance procurement</span></a><span style="font-weight: 400;">, set the estimated value at UAH 7.8 million inclusive of VAT, while announcing the tender exclusive of VAT at UAH 6.5 million. A VAT payer won, and the contract value inclusive of VAT was UAH 6.54 million. During monitoring, the Eastern Office of the State Audit Service asked about the estimated-value overrun, but after the contracting authority’s explanations, found no violation on this point.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h1><b>Conclusions</b></h1>
<p><span style="font-weight: 400;">In summary, accurately estimating the economic impact of these changes is practically impossible at this point. We are unlikely to see the real picture until at least the end of 2026, once the new rules have been in force for six months.</span></p>
<p><span style="font-weight: 400;">What can be stated clearly is that the reform is </span><b>unlikely to produce a major fiscal effect</b><span style="font-weight: 400;">—it affects a very small share of businesses at the national level.</span></p>
<p><span style="font-weight: 400;">Presumably, the changes will further </span><b>increase the share of procurements won by VAT-paying participants</b><span style="font-weight: 400;">, who already account for wins in 68.16% of competitive lots by number and 92.14% by value. Cooperation conditions for small businesses are likely to worsen.</span></p>
<p><span style="font-weight: 400;">The largest impact will be on competitive procurements where VAT-paying participants compete directly with non-VAT-paying participants, approximately 21% of lots by number and less than 10% by value.</span></p>
<p><span style="font-weight: 400;">However, </span><b>it is very difficult to forecast whether contracting authorities will actually pay more</b><span style="font-weight: 400;">. The change in evaluation methodology alone is likely to have a limited economic effect. If VAT-exclusive bid evaluation had already been in place during the analyzed period (one year and five months), and participant strategies had remained unchanged, contracting authorities would have paid an additional UAH 250 million, which is less than 0.1% of total contract value.</span></p>
<p><span style="font-weight: 400;">By contrast, changes in expenditure planning and in setting estimated procurement value may have a more serious effect. Under a worst-case scenario—if all non-VAT-paying contracting authorities add 20% to estimated value as a safeguard—budget pressure could increase to more than UAH 60 billion. Even in that scenario, however, competition could still push actual spending downward. </span></p>
<p><span style="font-weight: 400;">On top of this, we must account for likely changes in bidder behavior, which are even harder to predict.</span></p>
<p><span style="font-weight: 400;">Evaluating bids exclusive of VAT </span><b>may also improve price transparency</b><span style="font-weight: 400;">, because it allows comparison of the net cost of goods and services without the indirect-tax component. It may also help reduce prices offered by non-VAT participants.</span></p>
<p><b>In practice, the most difficult adjustment, especially at the beginning, will be for contracting authorities, which will need to adapt mid-budget year.</b><span style="font-weight: 400;"> We expect the Ministry of Economy to issue clear guidance with practical instructions on how to calculate estimated value, launch procurement procedures, and conclude contracts under the new rules. </span></p>
<p><span style="font-weight: 400;">Ultimately, however, there is another major variable: the </span><a href="https://mof.gov.ua/storage/files/%D0%9F-1%20%D0%9F%D0%97%D0%A3.docx"><span style="font-weight: 400;">draft law</span></a><span style="font-weight: 400;"> abolishing the separate upper VAT-liability threshold for individual entrepreneurs under the simplified taxation system. The current threshold is over UAH 9.3 million and may be reduced to UAH 1–4 million, in line with the rules applied to other entrepreneurs. Tax changes may affect the sector more strongly than procurement-rule changes themselves. The number of non-VAT participants would naturally decline, as they would have to register as VAT payers. And VAT administration is fairly burdensome for entrepreneurs; unless it is simplified, this may affect both the number of businesses and the prices of their goods and services.</span></p>
<p><i><span style="font-weight: 400;">This material is funded by the European Union. Its content is the sole responsibility of Transparency International Ukraine and does not necessarily reflect the views of the European Union. </span></i></p>
<h2 data-start="32" data-end="51"><strong data-start="32" data-end="49">Research team</strong></h2>
<p data-start="53" data-end="179"><strong data-start="53" data-end="70">Project Lead:</strong><br data-start="70" data-end="73" />Ivan Lakhtionov, Deputy Executive Director of Transparency International Ukraine for Innovative Projects</p>
<p data-start="181" data-end="266"><strong data-start="181" data-end="192">Author:</strong><br data-start="192" data-end="195" />Kateryna Rusina, Senior Project Manager at Transparency International Ukraine</p>
<p data-start="181" data-end="266"><strong data-start="0" data-end="15">Co-authors:</strong><br data-start="15" data-end="18" />Ivan Lakhtionov, Olha Nos, Liliia Lakhtionova, Anna Yuldashova</p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/transition-to-vat-exclusive-bid-evaluation-a-study-of-likely-impacts/">Transition to VAT-Exclusive Bid Evaluation: A Study of Likely Impacts</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>We’ll Pay You in a Year: Abnormally Long Payment Terms on Prozorro Procurement</title>
		<link>https://ti-ukraine.org/en/research/we-ll-pay-you-in-a-year-abnormally-long-payment-terms-on-prozorro-procurement/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Wed, 03 Dec 2025 15:48:29 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=31860</guid>

					<description><![CDATA[<p>A study of procurement contracts with abnormally long payment terms: how often they occur and when actual payments under such contracts are made.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/we-ll-pay-you-in-a-year-abnormally-long-payment-terms-on-prozorro-procurement/">We’ll Pay You in a Year: Abnormally Long Payment Terms on Prozorro Procurement</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p><span style="font-weight: 400;">Unrealistic payment terms in some Prozorro procurement transactions can discourage companies from taking part. Not every business can afford to wait for payment for half a year, a year, or even until the end of the war.</span></p>
<p><span style="font-weight: 400;">At the same time, such terms can sometimes be a red flag indicating potential corruption. Procurement by Energoatom involved in the so-called “shlagbaum (barrier)” scheme, which we learned about from the “Mindich tapes,” </span><a href="https://epravda.com.ua/energetika/zhirniy-atom-shcho-i-v-kogo-zakupiv-energoatom-na-75-milyardiv-814100/"><span style="font-weight: 400;">was exactly characterized by long payment terms in contracts.</span></a><span style="font-weight: 400;"> This allowed the criminal organization to delay works and payments in order to demand kickbacks from contractors. </span></p>
<p><span style="font-weight: 400;">The DOZORRO TI Ukraine project decided to analyze how often Prozorro features procurements with payment terms of 90 days or more, what the level of competition in such tenders is, and when payments under such contracts are actually made. To this end, we analyzed data on all competitive tenders announced from 2023 through October 2025.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Summary</span></h2>
<p><span style="font-weight: 400;">Excessively long payment terms are generally not a very widespread practice on Prozorro.</span><b> Payment terms longer than one month are used in about 15% of goods and services procurement, and only in works procurement does their share reach 31%.</b></p>
<p><span style="font-weight: 400;">Quick post-payment reduces financial risks for suppliers and makes participation in procurement more attractive. Conversely, excessively long post-payment periods may put off part of the business community. The data confirmed this: </span><b>as payment terms increase, competition decreases.</b><span style="font-weight: 400;"> At the same time, abnormally long terms of more than one year that we identified are often linked to technical errors in filling in electronic fields on Prozorro, whereas the actual terms in the contracts themselves are significantly shorter.</span></p>
<p><span style="font-weight: 400;">As for the actual speed of payment in procurements with contractual payment terms of over three months, in those cases where it can be checked, </span><b>approximately 91% of lots are paid earlier than the agreed deadline — on average 57% faster.</b><span style="font-weight: 400;"> However, these data cannot be treated as a representative sample for the system as a whole, since within the scope of this study we managed to obtain payment information for only 27.5% of all such transactions. The reason is that more than two third of such procurements fall on those financed from the income from commercial activities of municipal and state-owned enterprises. Data on these payments is not public.</span></p>
<p><span style="font-weight: 400;">Complaints about payment terms remain isolated, and the AMCU has so far not upheld them. </span></p>
<p><span style="font-weight: 400;">What can be done to reduce the share of procurement transactions with long payment terms</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">First of all, find out why the AMCU does not uphold complaints about long payment terms.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Introducing e-contracting with automatic verification of payment terms in contracts would help prevent situations where long payment periods arise due to technical errors rather than reflecting the actual conditions.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">It is worth considering mandatory reporting on contract performance events within defined time limits — this would make both payment monitoring and contract implementation more effective and transparent.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Consider making information on payments by municipal and state-owned enterprises public. At present, there is no information at all on how they make payments, even though these contracting authorities also operate public funds. </span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">A more radical option could be considered — prohibiting excessively long payment terms in public procurement at the legislative level. However, this is a rather risky step that requires much deeper prior analysis and consultations. In some cases, longer terms may have objective reasons.</span></li>
</ul>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">How contracting authorities specify payment terms when announcing a procurement</span></h2>
<p><span style="font-weight: 400;">Payment terms under a contract (the procedure for settlements) are a key factor of a procurement’s attractiveness for businesses. </span></p>
<p><span style="font-weight: 400;">On authorized Prozorro platforms, when creating a procurement, a contracting authority must select the following in the electronic fields:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">the event upon which payment under the contract will be made;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">the type of payment: advance or post-payment;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">the period (in days) within which payment will be made;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">the type of days: working, calendar, or banking;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">the payment amount — in such a way that the total amount across different types of payment equals 100%, which makes it possible to provide for combined payment formats.</span></li>
</ul>
<p><span style="font-weight: 400;">Before the electronic fields on payment terms on Prozorro became mandatory, contracting authorities did not always enter the relevant information, so such tenders are marked as “Not specified.” At the same time, payment terms in any case had to be indicated in the draft contract uploaded with the notice and had to correspond to the parameters selected in the electronic fields, where applicable.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">How often contracting authorities set unrealistic payment terms</span></h2>
<p><span style="font-weight: 400;">Overall, from January 2023 through October 2025, contracting authorities successfully conducted 975,000 competitive procurement transactions on Prozorro with an estimated value of UAH 2 trillion. </span></p>
<p><span style="font-weight: 400;">Of these, post-payment accounted for 82.9% of lots by number. At the same time, when looking at the distribution by contract value, post-payment accounted for 78.9% of the total amount, almost 3.3% for advance payments, and 15.6% for a combination of advance and post-payment.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/26651632"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26651632/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">Another 14.3% by number and 2.2% by value are lots where the form of settlement is not specified. These are predominantly requests for quotations on Prozorro Market.</span></p>
<p><span style="font-weight: 400;">Post-payment is the most common form of settlement regardless of the type of procurement item. However, while in goods and services advances and their combination with post-payment account for only a few percent of lots, in works their share is higher — 8.6% for the combined type of payment and another 0.2% for pure advance payment. </span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/26651705"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26651705/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">Thus, across all breakdowns, post-payment is the most widespread settlement form in contracts concluded as a result of procurements on Prozorro. Going forward, we focus specifically on this form. It should be recalled that, in the context of these data, we are talking about the settlement terms that contracting authorities manually entered into the system when announcing procurements. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Which type of days for payment terms is most often used by contracting authorities </span></h2>
<p><span style="font-weight: 400;">Contracting authorities use different approaches, but most often they choose calendar days — this option is specified in 45.4% of lots. Other types are used in roughly equal proportions: 28.7% banking days and 25.9% working days. At the same time, the difference between these types can be substantial, since the same number will correspond to different actual periods. For example, 10 working days do not equal 10 calendar days, but 14. That is 40% more. Therefore, to ensure data accuracy in this study, we recalculated payment terms expressed in banking and working days into calendar days. We also took into account the fact that, at the legislative level, from April 1, 2023, a banking day was effectively </span><a href="https://bank.gov.ua/ua/news/all/zapratsyuvalo-nove-pokolinnya-sep--na-bazi-standartu-iso-20022-v-tsilodobovomu-rejimi"><span style="font-weight: 400;">equated</span></a><span style="font-weight: 400;"> to a calendar day.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Which payment terms are most often set in contracts</span></h2>
<p><span style="font-weight: 400;">After downloading the data from BI Prozorro, we grouped payment terms into the following ranges: up to 1 month, 1–2 months, 2–3 months, 3–6 months, and over 6 months.</span></p>
<p><span style="font-weight: 400;">The analysis showed that the vast majority of procurements — almost 85% by number and 78% by contract value — have payment terms of up to 1 month.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/26651928"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26651928/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">We also examined whether there are differences between the procurement of goods, services, and works. In the first two categories, the main share </span><span style="font-weight: 400;">falls on procurement transactions with post-payment of up to 2 months — these periods cover more than 92% of all contracts</span><span style="font-weight: 400;">.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/26651705"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26651705/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">In the category of works, a different trend is observed: the second most common option is post-payment in the range from 3 to 6 months. It accounts for almost 12% of the total number.</span></p>
<p><span style="font-weight: 400;">It is also worth noting that in the procurement of goods and services, payment terms increase in parallel with the growth of the average contract value, which may be a logical consequence of larger supply volumes or more complex performance conditions.</span></p>
<p><span style="font-weight: 400;">By contrast, no such correlation is observed for works. </span></p>
<p><span style="font-weight: 400;">Thus, in general, the vast majority of procurement of goods provides for swift payment, which should promote competition — suppliers face lower financial risks. Longer payment terms (over two months) are not typical for such transactions. The same trend applies to service procurement: contracting authorities are generally ready for prompt post-payment, and longer payment periods are used only in isolated cases.</span></p>
<p><span style="font-weight: 400;">For works, longer payment terms are more typical, which may be linked to technological construction cycles and staged financing. At the same time, this creates risks for contractors, especially small businesses, due to the need for working capital.</span></p>
<p><b>Therefore, it can be concluded that excessively long payment terms are generally not a widespread practice on Prozorro. Payment terms longer than one month are used in about 15% of goods and services procurement, and only in works procurement does their share reach 31%.</b></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Correlation between payment terms and competition </span></h2>
<p><span style="font-weight: 400;">The highest average level of competition is observed in the procurement of goods — 2.31 bidders per lot. For services, this figure stands at 1.52, and for works — at 1.35. </span></p>
<p><span style="font-weight: 400;">At the same time, data on the average number of bidders in procurement correlate with payment terms. Although we cannot assess the strength of this factor’s impact as the level of competition depends on more than just payment conditions, faster post-payment is more attractive for businesses. In particular, quicker payment reduces financial risks for suppliers, whereas long post-payment periods may limit access for some of them due to the need for working capital. </span></p>
<div class="flourish-embed flourish-scatter" data-src="visualisation/26652037"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26652037/thumbnail" width="100%" alt="scatter visualization" /></noscript></div>
<p><span style="font-weight: 400;">In goods procurement, competition decreases steadily: from 2.41 bidders per lots with payment within one month, to 2.1 for a two-month term, and 1.92 for three months. Beyond that, this indicator remains at approximately 1.71. </span></p>
<p><span style="font-weight: 400;">For services, the dynamics are similar — competition also declines gradually, though less sharply, as payment terms increase. Overall, it falls from 1.54 bidders per lot to 1.35. Only in transactions with payment terms exceeding six months does it suddenly rise to 1.49. Given the small number of such procurements, this average value is more likely driven by anomalous outliers rather than reflecting a general trend. A similar pattern is observed in works procurement: a gradual decrease from 1.42 to 1.13, followed by an increase to 1.22 in procurements with payment terms of over six months.</span></p>
<p><span style="font-weight: 400;">Thus, it can be stated that as payment terms </span><b>exceed one month, competition gradually declines.</b><span style="font-weight: 400;"> At the same time, for post-payment exceeding three months, this decline slows down significantly. With this in mind, for the purposes of further analysis, we treat procurement transactions with post-payment of three months or more as having abnormally long post-payment periods and examine them in greater detail.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Analysis of procurement transactions with post-payment and payment terms exceeding 90 days</span></h2>
<h3><span style="font-weight: 400;">Distribution of payment terms</span></h3>
<p><span style="font-weight: 400;">Most contracts fall within the ranges of 180–365 days (17.4 thousand lots) and 90–180 days (11.6 thousand lots). Together, these account for more than 96% of all cases, with a total contract value of UAH 2.1 billion. Lots with payment terms exceeding 365 days are relatively rare — only 1,137 lots (3.8%) — but they account for a rather large total contract value of UAH 1.5 billion.</span></p>
<h3><span style="font-weight: 400;">Sectoral distribution</span></h3>
<p><span style="font-weight: 400;">Long payment terms are most often applied in the construction sector. The largest shares of such contracts fall under the following CPV codes:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">45450000-6 Final construction works — more than 10% of all lots;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">45260000-7 Roofing and specialized works — 3.7%;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">45230000-8 Construction of roads and utilities — 3.2%;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">45310000-3 Electrical installation works — 2.3%;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">44110000-4 Construction materials — 2.1%;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">44160000-9 Mains, pipelines, pipes, casing pipes, tubing, and related products — 2.36%.</span></li>
</ul>
<p><span style="font-weight: 400;">Beyond construction, the segment of petroleum product supplies (CPV 09130000-9) is also notable, accounting for more than 1.8% of procurements with long payment terms.</span></p>
<h3><span style="font-weight: 400;">Procurement methods</span></h3>
<p><span style="font-weight: 400;">The vast majority of procedures are special open bidding procedures (90%). Other methods are used far less frequently:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Request for price quotations — 6.4%;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Simplified procurement procedure — 3.7%;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Standard open bidding — only 2 cases, which are likely due to errors in filling in the electronic fields.</span></li>
</ul>
<h3><span style="font-weight: 400;">Financing and actual payment terms</span></h3>
<p><span style="font-weight: 400;">We also sought to analyze when contracting authorities actually make payments — that is, whether it indeed takes as long as originally provided for. However, it proved impossible to conduct a comprehensive analysis of such data.</span></p>
<div class="flourish-embed flourish-chart" data-src="visualisation/26652078"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26652078/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">The reason is that the overwhelming majority of lots with post-payment terms exceeding three months — namely, 57.2% of such procurements — are financed from the proceeds of commercial activities of municipal and state-owned enterprises. In value terms, this share is even higher — 68.6% of all funds fall within this category. These enterprises pay under contracts from their own bank accounts rather than via the State Treasury Service, and therefore information on the actual payment dates is not publicly available.</span></p>
<p><span style="font-weight: 400;">By contrast, procurement transactions financed exclusively from the state or local budgets account for approximately one third (33.9%) by number of lots and only one quarter (25.1%) by value. It is precisely for these procurements that real payments can be traced through the Treasury system, but they do not provide a full picture of the entire market.</span></p>
<p><span style="font-weight: 400;">In addition, payment reports on the Spending portal do not always indicate the identifier of the procurement to which a particular payment relates. </span><a href="https://fiscalcenter.org/"><span style="font-weight: 400;">The Fiscal Policy Research Center</span></a><span style="font-weight: 400;"> supported our analysis by extracting data on the date of the first payment for each procurement wherever possible. Ultimately, such data were obtained for only 27.5% of all transactions with long payment terms.</span></p>
<p><span style="font-weight: 400;">It should also be taken into account that, under Article 253(1) of the Civil Code of Ukraine, the calculation of a term begins on the day following the relevant calendar date or event specified by the contracting authority as the trigger for the start of the term. However, since information on such trigger dates is not publicly available, as contracting authorities are not required to report them, for the purposes of analyzing procurements with long post-payment terms we treat the contract publication date as the starting point.</span></p>
<p><b>The largest number of procurement transactions with payment terms exceeding 90 days were announced by Energoatom JSC and its 11 separate divisions. Together, they account for more than 20% of the total number of such procurements, with a total contract value of nearly UAH 20 billion. </b></p>
<p><span style="font-weight: 400;">At the same time, a total of 18 regional electricity distribution companies of Ukraine also constitute a significant share of procurements — both by number of lots (8.58%) and by total value (UAH 36 billion). However, their presence in the market structure is fundamentally different from that of Energoatom. Some of these companies have common or cross-shareholding beneficiaries, their procurements are not concentrated in a single entity, and are instead distributed across various legal entities.</span></p>
<p><span style="font-weight: 400;">There are also contracting authorities from other sectors that frequently resort to setting long payment terms exceeding 90 days:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Department of Humanitarian Policy of the Dnipro City Council — 4.4% of all lots, worth UAH 1.66 billion;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Education Department of the Darnytskyi District State Administration of Kyiv — 2.2% of all lots, worth UAH 3.12 billion;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Kharkiv Heating Networks Municipal Enterprise — 2.2% of all lots, worth UAH 3.1 billion.</span></li>
</ul>
<div class="flourish-embed flourish-chart" data-src="visualisation/26652129"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26652129/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">The largest number of procurement transactions with payment terms exceeding 365 days, specifically, 62% — were announced by four contracting authorities, with a total value exceeding UAH 2 billion: </span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Vinnytsia City Council Municipal Enterprise “Vinnytsiamiskteploenerho” — 18.3% of lots;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Municipal Enterprise “Management Company for Housing Maintenance of the Sviatoshynskyi District of Kyiv” — 17.6% of lots;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Department of Infrastructure and Landscaping of the Chernivtsi City Council — 14.9% of lots;</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Chernivtsiteplokomunenerho Municipal Enterprise — 11.2% of lots.</span></li>
</ul>
<div class="flourish-embed flourish-chart" data-src="visualisation/26652212"><script src="https://public.flourish.studio/resources/embed.js"></script><noscript><img decoding="async" src="https://public.flourish.studio/visualisation/26652212/thumbnail" width="100%" alt="chart visualization" /></noscript></div>
<p><span style="font-weight: 400;">The analysis shows that </span><b>more than 91% of lots are paid faster than provided by the contract, even if the payment period is calculated from the date of contract publication — on average, by 57%.</b><span style="font-weight: 400;"> If, instead of the contract publication date, the countdown starts from the performance event, the actual payment period is even shorter. This points to a clear pattern: the payment terms published on Prozorro do not always reflect real financial practices. </span></p>
<p><span style="font-weight: 400;">We interviewed several contracting authorities that set long payment terms to understand why they do so. Some explained that the reason lies in the funding cycle. For example, in district heating enterprises, expenses and revenues depend on seasonality — higher revenues in winter and increased maintenance costs in summer. As one such contracting authority told us, they fear penalties for late payment and therefore secure themselves by setting longer payment terms. In some cases, the decision to establish long terms is made not by the authorized procurement officer, but by the internal customer responsible for preparing the technical specifications. And sometimes long payment terms have simply become a routine practice that no one questions anymore.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Appeals to the AMCU</span></h2>
<p><span style="font-weight: 400;">Since long payment terms may deter bidders from participating in procurement, we also analyzed AMCU practice to assess whether such terms are appealed — and if so, how successful such appeals are.</span></p>
<p><span style="font-weight: 400;">Procurements with long payment terms were challenged by bidders in only 2.7% of cases, which is the system-wide average among competitive tenders. However, not all such complaints concerned payment terms specifically, some related, for example, to lack of transparency or bias in determining the winner. At the same time, tenders conducted through the request for price quotations procedure are currently not subject to appeal at all. </span></p>
<p><span style="font-weight: 400;">Procurements with complaints specifically about payment terms are difficult to identify, but of those we were able to find, the complaints were dismissed. For example, in two ongoing road repair service tenders in Mukachevo (</span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-03-10-008291-a"><span style="font-weight: 400;">UA-2025-03-10-008291-a</span></a><span style="font-weight: 400;"> and </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-03-10-008888-a"><span style="font-weight: 400;">UA-2025-03-10-008888-a</span></a><span style="font-weight: 400;">), the AMCU Commission rejected the complaints (decisions No. 6419 and No. 6430 of April 22, 2025, respectively), stating that the complainant failed to provide sufficient documentary evidence substantiating the need to amend the documentation, and that there was no proof that the established payment terms violated the bidder’s rights or legitimate interests. Similar refusals were found in at least 97 other AMCU decisions during 2024–2025. </span></p>
<p><span style="font-weight: 400;">The very fact that such a large number of complaints are dismissed may discourage bidders from filing appeals, particularly when they encounter excessively long payment terms. They may decide that challenging such conditions is not worth the time, even when the contract terms appear unfair.</span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Anomalous cases and incorrect data</span></h2>
<p><span style="font-weight: 400;">Some procurements feature extremely long payment terms — more than one year, sometimes even up to 1,000 days. The total contract value of such procurements during 2023–2025 reaches UAH 5 billion, accounting for 3.8% of all transactions. From the procurement announcement alone, it appears that suppliers would have to wait almost indefinitely for payment. Seeing such conditions, suppliers think twice before deciding whether to participate. However, once it comes to contract signing, the situation often changes: the actual payment terms specified in the contract itself frequently turn out to be much shorter.</span></p>
<p><span style="font-weight: 400;">In some cases, the reason lies not in an intention to delay payments, but in errors made when filling in electronic fields in the Prozorro system. </span></p>
<p><span style="font-weight: 400;">For example, the Kyiv City Clinical Endocrinology Center (a municipal non-profit enterprise) procured </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-02-12-012636-a#tender_docs"><span style="font-weight: 400;">1,500 packs of paper towels</span></a><span style="font-weight: 400;"> for UAH 74,700. The electronic form specified post-payment within 1,000 days, although both the draft contract and the signed contract with the winner clearly stipulated 30 banking days from the date of delivery.</span></p>
<p><span style="font-weight: 400;">Another example concerns the </span><a href="https://prozorro.gov.ua/uk/contract/UA-2023-06-27-001571-a-a1"><span style="font-weight: 400;">procurement of lighting fixtures</span></a><span style="font-weight: 400;"> for Volynoblenergo PJSC worth UAH 717,000. The contracting authority entered a post-payment term of 888 days in the electronic field but did not specify any payment terms in the draft contract. After the contract was signed, it became clear that the actual term was 120 days, and the payment deferral had been included as a non-price evaluation criterion with options of 60, 90, and 120 days, meaning the exact term depended on the selected bid. In any case, entering 888 days in the electronic field was unjustified, even though formally the requirement of the Law (Article 37(1)(37)) to specify “payment terms” was met — payment was to be made after delivery of the goods. </span></p>
<p><span style="font-weight: 400;">These examples show that</span><b> extremely long payment terms sometimes do not reflect real practice and are merely the result of errors made by contracting authorities in Prozorro.</b></p>
<p><span style="font-weight: 400;">Although average competition in procurements with long payment terms is not always high, there are certain segments that remain fairly competitive, including cases where the number of bidders reaches 10–16 per lot. For example, in the procurement of medical supplies under CPV 33140000-3, some tenders achieved competition of more than 10 bidders with an average payment term of four months. Likewise, in electricity procurement under CPV 09310000-5, the average competition for the contracting authority Ukrprodcontract reaches 10 bidders with similar contract payment terms. Meanwhile, the state enterprise “Creative, Production and Research Center for the Development of Contemporary Art,” under the same CPV code, achieved competition among 16 bidders with a payment term of just over three months. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<h2><span style="font-weight: 400;">Anomalous cases and incorrect data</span></h2>
<p><span style="font-weight: 400;">Some procurements feature extremely long payment terms — more than one year, sometimes even up to 1,000 days. The total contract value of such procurements during 2023–2025 reaches UAH 5 billion, accounting for 3.8% of all transactions. From the procurement announcement alone, it appears that suppliers would have to wait almost indefinitely for payment. Seeing such conditions, suppliers think twice before deciding whether to participate. However, once it comes to contract signing, the situation often changes: the actual payment terms specified in the contract itself frequently turn out to be much shorter.</span></p>
<p><span style="font-weight: 400;">In some cases, the reason lies not in an intention to delay payments, but in errors made when filling in electronic fields in the Prozorro system. </span></p>
<p><span style="font-weight: 400;">For example, the Kyiv City Clinical Endocrinology Center (a municipal non-profit enterprise) procured </span><a href="https://prozorro.gov.ua/uk/tender/UA-2025-02-12-012636-a#tender_docs"><span style="font-weight: 400;">1,500 packs of paper towels</span></a><span style="font-weight: 400;"> for UAH 74,700. The electronic form specified post-payment within 1,000 days, although both the draft contract and the signed contract with the winner clearly stipulated 30 banking days from the date of delivery.</span></p>
<p><span style="font-weight: 400;">Another example concerns the </span><a href="https://prozorro.gov.ua/uk/contract/UA-2023-06-27-001571-a-a1"><span style="font-weight: 400;">procurement of lighting fixtures</span></a><span style="font-weight: 400;"> for Volynoblenergo PJSC worth UAH 717,000. The contracting authority entered a post-payment term of 888 days in the electronic field but did not specify any payment terms in the draft contract. After the contract was signed, it became clear that the actual term was 120 days, and the payment deferral had been included as a non-price evaluation criterion with options of 60, 90, and 120 days, meaning the exact term depended on the selected bid. In any case, entering 888 days in the electronic field was unjustified, even though formally the requirement of the Law (Article 37(1)(37)) to specify “payment terms” was met — payment was to be made after delivery of the goods. </span></p>
<p><span style="font-weight: 400;">These examples show that</span><b> extremely long payment terms sometimes do not reflect real practice and are merely the result of errors made by contracting authorities in Prozorro.</b></p>
<p><span style="font-weight: 400;">Although average competition in procurements with long payment terms is not always high, there are certain segments that remain fairly competitive, including cases where the number of bidders reaches 10–16 per lot. For example, in the procurement of medical supplies under CPV 33140000-3, some tenders achieved competition of more than 10 bidders with an average payment term of four months. Likewise, in electricity procurement under CPV 09310000-5, the average competition for the contracting authority Ukrprodcontract reaches 10 bidders with similar contract payment terms. Meanwhile, the state enterprise “Creative, Production and Research Center for the Development of Contemporary Art,” under the same CPV code, achieved competition among 16 bidders with a payment term of just over three months. </span></p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/we-ll-pay-you-in-a-year-abnormally-long-payment-terms-on-prozorro-procurement/">We’ll Pay You in a Year: Abnormally Long Payment Terms on Prozorro Procurement</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Public Procurement 2024. Functioning of the Field and Changes to It</title>
		<link>https://ti-ukraine.org/en/research/public-procurement-2024-functioning-of-the-field-and-changes-to-it/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Wed, 07 May 2025 07:02:38 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=30408</guid>

					<description><![CDATA[<p>This report outlines the state of public procurement and its development in 2024, focusing on key regulatory changes, sector indicators, oversight mechanisms, and the protection of rights and interests. It also offers recommendations for enhancing procurement processes and their monitoring.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/public-procurement-2024-functioning-of-the-field-and-changes-to-it/">Public Procurement 2024. Functioning of the Field and Changes to It</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p><span style="font-weight: 400;">In recent years, Ukraine&#8217;s public procurement sector has undergone significant transformations: in 2022, processes were restructured due to Russia&#8217;s full-scale invasion; in 2023, transparency and competitiveness in procurement were gradually restored; and in 2024, negotiations on EU membership began, prompting more intensive efforts to align legislation with European directives.</span></p>
<p><span style="font-weight: 400;">This report outlines the state of public procurement and its development in 2024, focusing on key regulatory changes, sector indicators, oversight mechanisms, and the protection of rights and interests. It also offers recommendations for enhancing procurement processes and their monitoring.</span></p>
<p><span style="font-weight: 400;">This is the second report of its kind within the framework of Ukraine&#8217;s European integration. The first report for 2023 can be accessed </span><a href="https://ti-ukraine.org/en/research/public-procurement-2023-functioning-of-the-field-and-changes-to-it/"><span style="font-weight: 400;">here.</span></a></p>
<h1><span style="font-weight: 400;">Executive summary</span></h1>
<p><span style="font-weight: 400;">In 2024, </span><b>transparency</b><span style="font-weight: 400;"> and </span><b>competition</b><span style="font-weight: 400;"> in Ukrainian public procurement increased. The average number of participants increased by 18%, reaching 1.88 bidders per lot.</span><span style="font-weight: 400;"> For some procurement methods this indicator is more than 3 participants and 1.26 for special open bidding. The share of lots and their estimated value accounted for by competitive procurement methods has also increased. The volume of procurement transactions through the Prozorro Market e-catalog experienced rapid growth. The number of procurement transactions using this mechanism has more than tripled, while the estimated value has increased more than fivefold, reaching UAH 111.3 billion. For the most part, such an increase was induced by tenders required to be conducted only through Prozorro Market under the resolution of the Cabinet of Ministers (these include certain medicinal products, medical devices, and several types of food products). </span></p>
<p><b>Prozorro</b><span style="font-weight: 400;"> continues to develop. In particular, the first stage of integration with the DREAM was completed, the functionality of procurement with donor funds was improved in the system.  By the end of the year, the system added the capability to designate procurement transactions under the Ukraine Facility program and continued the digitalization of tender documentation.</span></p>
<p><span style="font-weight: 400;">To improve procurement </span><b>efficiency </b><span style="font-weight: 400;">and transparency, changes were introduced to the regulatory framework of the sector. For example, the minimum deadline for submitting bids for the procurement of works was extended from 7 to 14 days, and the obligation to publish prices for material resources in a machine-readable format was implemented. Some changes, such as new grounds for direct procurement of above-threshold amounts and the ability to modify essential conditions in certain contracts, were made to address energy needs promptly amid ongoing Russian attacks. </span></p>
<p><span style="font-weight: 400;">However, some changes are debatable, such as the obligation for procuring entities to acquire certain products exclusively through an electronic catalog or the tightening of formal requirements in the localization rules.</span></p>
<p><span style="font-weight: 400;">In general, in 2024, the normative regulation of public procurement in Ukraine progressed at a more moderate pace compared to the previous year. The total number of changes in the field of procurement has decreased: while Government Resolution No. 1178 on the specifics of applying procurement rules during martial law was amended 12 times in 2023, it was adjusted only 7 times in 2024. </span></p>
<p><span style="font-weight: 400;">Positive trends are also evident in defense procurement, including greater transparency in defense procurement and increased use of competitive methods, which should help prevent abuse and price inflation. The introduction of the 24-hour error correction rule in simplified defense procurement and the specification of grounds for non-competitive procurement methods are also notable improvements. At the same time, the State Anti-Corruption Program (SAP) delayed the development of a draft law on the protection of classified information in procurement after the end of martial law. This draft law should address the volume of information about defense procurement transactions that must be published in Prozorro, as well as the procedures for their declassification. Therefore, we believe it is essential to address these issues in a reasoned manner without delay. The implementation of the SAP activity on the formation of an interdepartmental working group to improve the legal framework and reform the defense procurement model, with the involvement of representatives of public organizations, was also delayed.</span></p>
<p><span style="font-weight: 400;">In addition, in 2024, Parliament approved the draft of a new law on public procurement (Draft Law No. 11520</span><span style="font-weight: 400;">) in the first reading. It is designed to improve procurement processes and align Ukrainian regulations with EU directives. Transparency International Ukraine generally supports the concepts outlined in the draft law but emphasizes the need for significant revisions before its consideration in the second reading. It would also be advisable to provide broader communication to procuring entities and business regarding potential amendments to the legislation.</span></p>
<p><span style="font-weight: 400;">Work continued on Draft Law No. 7508</span><span style="font-weight: 400;"> on public-private partnership. Despite the amendments made, the draft law still contains shortcomings that need to be addressed before the second reading or develop the whole draft anew.</span></p>
<p><span style="font-weight: 400;">Another challenge remains the implementation of the operational plan for the execution of the Public Procurement Reform Strategy.</span><span style="font-weight: 400;"> Most of the planned activities are carried out with delays, in particular due to the fact that it is advisable and/or possible to implement them after the adoption of the new law on public procurement. Therefore, it is necessary to review the relevance of tasks and deadlines, adjust them if necessary, and make up for the backlog.</span></p>
<p><span style="font-weight: 400;">In 2024, </span><b>centralized procurement organizations</b><span style="font-weight: 400;"> announced 3,600 lots with a total estimated value of UAH 44 billion. Seventy-three percent of the lots were successfully awarded. The average number of bidders in tenders arranged by CPOs is 1.62, with some CPOs seeing higher participation rates: 3 bidders for the Special Medical Supply Base of Kyiv City Council and 3.05 for SI “Professional Procurement.”</span></p>
<p><b>Control</b><span style="font-weight: 400;"> over public procurement remains weak and requires improvement. In the fall of 2024, new automatic risk indicators were approved and launched, marking a positive step forward in improving procurement monitoring quality. However it still has post-control function: according to TI Ukraine estimates, the State Audit Service and its territorial offices initiate 81.8% of procurement monitoring only after the conclusion and publication of the procurement contract. On average, it took 58 days from the publication of the contract to the start of monitoring (55 days for direct procurement contracts). Therefore, there is a high likelihood that the contract will be fully or partially fulfilled by the time monitoring begins. There are also unresolved issues regarding monitoring priorities, identifying significant violations, and establishing a clear list of methods for their elimination. </span></p>
<p><span style="font-weight: 400;">As for the</span><b> complaint review</b><span style="font-weight: 400;">, in 2024, two additional commissioners were selected by the Anti-Monopoly Committee to consider complaints in the field of public procurement, enabling the formation of two commissions with different personnel to review procurement complaints. According to the law, it is necessary to select 4 more commissioners. Participants actively used the appeal mechanism to protect their rights, filing 10.5 thousand complaints in 2024, of which 70.1% were granted. In 2024, an updated electronic appeal form was introduced.</span></p>
<p><span style="font-weight: 400;">According to TI Ukraine, for the development of public procurement in the coming years, it is </span><b>especially necessary to focus on:</b></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><b>European integration of the sector</b></li>
</ul>
<p><span style="font-weight: 400;">This sector includes not only the harmonization of legislation with EU directives, but also the implementation of new rules in the electronic system, the development of centralized procurement organizations, and the professionalization of contracting authorities, among other aspects. </span></p>
<p><span style="font-weight: 400;">For effective use of these new procurement tools and methods, it is essential to focus on the professionalization and to coordinate the positions on the practical application of innovations between the Ministry of Economy, the State Audit Service, the Anti-Monopoly Committee, and other authorities. </span></p>
<p><span style="font-weight: 400;">To develop centralized procurement, it is necessary to address several issues, including determining the estimated value of procurement items conducted by CPOs, clarifying the division of responsibilities between procuring entities and CPOs, and resolving procedural shortcomings in their cooperation.</span></p>
<p><span style="font-weight: 400;">Ukraine can not only learn from the experience of European countries but also share its own, particularly in the areas of electronic procurement and conducting procurement in emergency situations. This can also be attributed to the </span><a href="https://ec.europa.eu/info/law/better-regulation/have-your-say/initiatives/14427-Public-procurement-directives-evaluation_en"><span style="font-weight: 400;">start of public consultations by the European Commission </span></a><span style="font-weight: 400;">aimed at preparing new public procurement directives.</span></p>
<ul>
<li aria-level="1"><b>Improving public procurement monitoring</b></li>
</ul>
<p><span style="font-weight: 400;">It is necessary to shift the focus of procurement monitoring by the State Audit Service from post-control to prevention, focus on monitoring expensive procurement transactions and identifying significant violations. The State Audit Service should define a clear list of methods for eliminating violations and standardize practices across its regional offices. </span></p>
<p><span style="font-weight: 400;">In the coming year, it is also necessary to reconsider the relevance, deadlines, and status of activities in the Public Procurement Reform Strategy for 2024-2026. It is important to clarify performance indicators, focusing on the outcomes, not processes. Also, it is necessary to develop an operation plan for 2026 and start preparing the strategy for subsequent years, considering the need to coordinate it with future new sectoral legislation and focusing on involving businesses in public procurement.</span></p>
<p><span style="font-weight: 400;">Regarding the legislation and its practical implementation, the key is to finalize the new public procurement draft law (No. 11520), considering the EU Directives and preserving Ukrainian achievements. It is recommended to set safeguards against abuses, for example, while using non-price criteria for bids during the transitional period. It is also important to reconsider the grounds for direct contracts, implement an appeals process for qualification and procurement through Prozorro Market, and improve the transparency of contract implementation. And finally, it is necessary to finalize the public-private partnership (PPP) and concession laws to prevent potential risks.</span></p>
<p><iframe loading="lazy" src="https://drive.google.com/file/d/1X-1qHWi2q1X7mNabWdgaHndjItFC49kj/preview" width="874" height="614"><span data-mce-type="bookmark" style="display: inline-block; width: 0px; overflow: hidden; line-height: 0;" class="mce_SELRES_start">﻿</span></iframe> <em><span style="font-weight: 400;">This report was prepared with the financial support of the European Union. Its content is the sole responsibility of Transparency International Ukraine and does not necessarily reflect the views of the European Union.</span></em></p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/public-procurement-2024-functioning-of-the-field-and-changes-to-it/">Public Procurement 2024. Functioning of the Field and Changes to It</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Problems of procurement of IT product development services</title>
		<link>https://ti-ukraine.org/en/research/problems-of-procurement-of-it-product-development-services/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Wed, 22 Jan 2025 08:41:22 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=30734</guid>

					<description><![CDATA[<p>CEP KSE and Transparency International Ukraine, aims to gather detailed information on the challenges of procuring IT services for IT product development and examine the experiences of European countries to identify effective solutions.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/problems-of-procurement-of-it-product-development-services/">Problems of procurement of IT product development services</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p data-start="99" data-end="524">The IT sector is the backbone of the modern world. It supports business development, enhances government efficiency, and enables people to access high-quality services. However, when it comes to procuring IT products in the public sector, numerous challenges emerge: non-transparent processes, complex technical requirements that often hinder fair competition, and a lack of expertise among those conducting the procurements.</p>
<p data-start="526" data-end="1030">At the request of the Ministry of Digital Transformation of Ukraine, the CEP KSE team and Transparency International Ukraine examined how IT procurement is currently carried out, what obstacles exist for the state and businesses, and which approaches are used in European countries to make these processes more efficient. We analyzed international best practices and surveyed both procuring entities and bidders. This allowed us to identify the main problems and propose recommendations for solving them.</p>
<p data-start="1032" data-end="1064"><strong data-start="1032" data-end="1064">Key Recommendations Include:</strong></p>
<ul data-start="1066" data-end="1460">
<li data-start="1066" data-end="1152">
<p data-start="1068" data-end="1152"><strong data-start="1068" data-end="1097">Standardizing procurement</strong> through unified requirements for typical IT products</p>
</li>
<li data-start="1153" data-end="1224">
<p data-start="1155" data-end="1224"><strong data-start="1155" data-end="1183">Centralizing procurement</strong> to improve management and reduce costs</p>
</li>
<li data-start="1225" data-end="1283">
<p data-start="1227" data-end="1283"><strong data-start="1227" data-end="1251">Amending legislation</strong> to simplify tender procedures</p>
</li>
<li data-start="1284" data-end="1366">
<p data-start="1286" data-end="1366"><strong data-start="1286" data-end="1335">Enhancing the expertise of procuring entities</strong> through specialized training</p>
</li>
<li data-start="1367" data-end="1460">
<p data-start="1369" data-end="1460"><strong data-start="1369" data-end="1402">Improving the Prozorro system</strong> by expanding its functionality and automating processes</p>
</li>
</ul>
<p data-start="1462" data-end="1873"><strong data-start="1462" data-end="1502">The main conclusion of our research:</strong> Ukraine does not need parallel systems for public procurement. Prozorro already operates effectively, and rather than creating something from scratch, efforts should focus on enhancing it. Transparent, standardized, and efficient procurement is not just about saving public funds. It’s a way to improve government services and make Ukraine stronger in the digital world.</p>
<p><iframe loading="lazy" src="https://drive.google.com/file/d/1U3k6mCGr20-nLkp9cy1ghgaKp-MyG-45/preview" width="874" height="614"></iframe></p>
<p><em><span style="font-weight: 400;">This research was made possible by generous support of the the American people through the United States Agency for International Development (USAID). The content of this note is the sole responsibility of Transparency International Ukraine and does not necessarily reflect the views of USAID or the United States Government.</span></em></p>
<p><em><span style="font-weight: 400;">This study has been funded by UK International Development from the UK Government. However, the views expressed do not necessarily reflect the UK Government’s official policies.</span></em></p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/problems-of-procurement-of-it-product-development-services/">Problems of procurement of IT product development services</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>How to make better public procurement decisions with business intelligence:  Insights from Ukraine</title>
		<link>https://ti-ukraine.org/en/research/how-to-make-better-public-procurement-decisions-with-business-intelligence-insights-from-ukraine/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Thu, 21 Nov 2024 05:52:55 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=29424</guid>

					<description><![CDATA[<p>The research by the Open Contracting Partnership on public procurement analytical modules BI Prozorro and proBI.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/how-to-make-better-public-procurement-decisions-with-business-intelligence-insights-from-ukraine/">How to make better public procurement decisions with business intelligence:  Insights from Ukraine</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p><span style="font-weight: 400;">Ukraine’s Prozorro is a world-class electronic procurement system. Its data transparency policy and innovative model of cross-sector collaboration has created an unmatched level of granularity in procurement data and a thriving ecosystem of users and produced innovations that have inspired many other public contracting reforms around the world.</span></p>
<p><span style="font-weight: 400;">Prozorro’s core principle &#8216;Everyone sees everything,&#8217; ensures access to the procurement data through an open API. Such access to data has allowed the creation of unique analytical tools—both public and professional modules for public procurement analytics, administrated by Transparency International Ukraine project DOZORRO.</span></p>
<p><span style="font-weight: 400;">Almost a decade after their inception, Open Contracting Partnership team talked to people across government, monitoring institutions, the private sector, and civil society to understand how business intelligence platforms have changed their activities. </span></p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<p><span style="font-weight: 400;">The work of the Transparency International Ukraine team, in partnership with the government, businesses, and civil society, has produced the following results over past nine years:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">More than 30,000 buyers, suppliers, and other users each year analyze Ukraine&#8217;s public procurement market daily, </span><a href="https://drive.google.com/file/d/1RXrWkT6BuNK44s98fTImz4W-O3txQTrS/view"><span style="font-weight: 400;">with a total volume of UAH 917 billion</span></a><span style="font-weight: 400;"> (~USD 24 billion) in 2023.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">More than 16,000 buyers and suppliers have been trained to use the BI Prozorro module to improve the efficiency of their routine procurement tasks.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Over 80 studies analyzing public procurement issues have been prepared, contributing to the improvement of regulations and informing policymaking at various levels. For instance, one study by the Kyiv School of Economics on the </span><a href="https://cep.kse.ua/article/24-hodyny-na-poryatunok-policy-paper/pdf.pdf"><span style="font-weight: 400;">24-hour correction period for tender proposals</span></a><span style="font-weight: 400;"> led to regulatory changes that have saved the state more than UAH 11 billion (&gt;USD 30 million) since 2021.</span></li>
<li style="font-weight: 400;" aria-level="1"><span style="font-weight: 400;">Through regular feedback and participation in coordination meetings with SoE Prozorro and </span><a href="https://prozorro.gov.ua/uk/majdanchiki-prozorro"><span style="font-weight: 400;">procurement platforms</span></a><span style="font-weight: 400;">, improvements have been made in data collection, publication, and the overall public procurement process within the </span><a href="https://prozorro.gov.ua/"><span style="font-weight: 400;">Prozorro system</span></a><span style="font-weight: 400;">.</span></li>
</ul>
<p><span style="font-weight: 400;">Structured interviews with stakeholders reveal that the public BI Prozorro analytics module expands market opportunities for businesses; encourages better internal compliance and integrity among buyers; promotes efficient resource use in public procurement; and helps improve the quality of goods, works, and services provided through public procurement in Ukraine. The impact of the analytics module on the </span><a href="https://prozorro.gov.ua/about/system-stakeholders"><span style="font-weight: 400;">procurement ecosystem</span></a><span style="font-weight: 400;"> can be indirectly assessed by examining BI use cases documented by different stakeholders and the achievements they contributed to:</span></p>
<ul>
<li style="font-weight: 400;" aria-level="1"><b>Policymakers:</b><span style="font-weight: 400;"> The Ministry of Economy of Ukraine and the SoE Prozorro use BI Prozorro and ProBI modules for policy development, analysis, reporting, and </span><a href="https://me.gov.ua/Documents/Detail?lang=uk-UA&amp;id=1197d60b-5c7b-45ef-bf3a-e08d4cf11cba&amp;title=InformatsiiaProReformupublichniZakupivli"><span style="font-weight: 400;">informing stakeholders about procurement reforms</span></a><span style="font-weight: 400;">.</span></li>
<li style="font-weight: 400;" aria-level="1"><b>Buyers:</b><span style="font-weight: 400;"> Use BI Prozorro to analyze the market, prepare for procurement transactions, develop procurement Key Performance Indicators (KPIs), and assess their own performance.</span></li>
<li style="font-weight: 400;" aria-level="1"><b>Internal Oversight Bodies and Centralized Procurement Organizations:</b><span style="font-weight: 400;"> Use BI Prozorro for real-time monitoring of potential deviations in the procurement processes, risk identification, and internal control over their network of subsidiary organizations.</span></li>
<li style="font-weight: 400;" aria-level="1"><b>Suppliers:</b><span style="font-weight: 400;"> Use BI Prozorro to find new business opportunities, analyze buyers, monitor competitors, and increase business profitability.</span></li>
</ul>
<p><b>Think tanks and NGOs:</b><span style="font-weight: 400;"> Use BI Prozorro to identify issues in the procurement sector, conduct civic monitoring, and prepare research papers.</span><br />
<iframe loading="lazy" src="https://drive.google.com/file/d/14xffba31uiMOu5TMZKp8pDzyy4IM-nqe/preview" width="874" height="614"></iframe><br />
&nbsp;</p>
</div>
</div>
<p><!--/.row--></p>
<div class="row ">
<div class="col-lg-8">
<p><em><span style="font-weight: 400;">This research is made possible by the generous support of the American people through the United States Agency for International Development (USAID). The contents are the responsibility of Open Contracting Partnership and Transparency International Ukraine and do not necessarily reflect the views of USAID or the United States Government.</span></em></p>
<p><em><span style="font-weight: 400;">This research has been funded by UK International Development from the UK government; however, the views expressed do not necessarily reflect the UK government&#8217;s official policies.</span></em></p>
<p><em><span style="font-weight: 400;">This research was conducted with funding from the National Endowment for Democracy. Views expressed in this publication do not necessarily represent the views of the National Endowment for Democracy. </span></em></p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/how-to-make-better-public-procurement-decisions-with-business-intelligence-insights-from-ukraine/">How to make better public procurement decisions with business intelligence:  Insights from Ukraine</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>The Procuring Entity Index</title>
		<link>https://ti-ukraine.org/en/research/the-procuring-entity-index/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Thu, 18 Jul 2024 07:31:05 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=28578</guid>

					<description><![CDATA[<p>A tool that, with the help of various groups of indicators, allows comprehensively assessing the quality of the procuring entity's procurement transactions.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/the-procuring-entity-index/">The Procuring Entity Index</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<p><span style="font-weight: 400;"><a href="https://ti-ukraine.org/ci/en/index.html">The Procuring Entity Index</a> is a tool that, with the help of various groups of indicators, allows comprehensively assessing the quality of the procuring entity&#8217;s procurement transactions. It was created and is administered by the DOZORRO project team of Transparency International Ukraine.</span></p>
<p><span style="font-weight: 400;">Making procurement more professional is one of the most important tasks that will make the use of public funds more efficient. To do this, it is necessary to be able to assess both the individual procuring entity and the overall dynamics of procurement. However, there are more than 40,000 procuring entities in the public procurement system, and it is impossible to apply classical methods of direct process assessment to objectively analyze such an array of information. Therefore, it is currently difficult for procuring entities and their governing bodies to objectively assess the quality of organizing procurement, as well as to analyze their weaknesses and form a roadmap for their improvement.</span></p>
<p><span style="font-weight: 400;">For the most part, procuring entities use one or more assessment indicators, such as “savings” (in terms of the difference between the expected cost and the cost presented by the awarded participant), the average number of participants, and the success of procurement (percentage of successfully completed procurement transactions). </span></p>
<p><span style="font-weight: 400;">At the same time, these indicators do not allow forming a full understanding of how efficiently the processes take place. In addition, they may contain high risks of bias of such an assessment.</span></p>
<p><span style="font-weight: 400;">Since there is no single standardized approach to assessment, this does not allow focusing on the main problems of procurement and leads to the fact that the efficiency of the use of public funds is not systematically improved.</span></p>
<p><span style="font-weight: 400;">For a more objective and comprehensive assessment of procuring entities, the DOZORRO project of Transparency International Ukraine proposes to apply a set of indicators that complement and compensate for each other&#8217;s risks.</span></p>
<p><span style="font-weight: bold; font-size: 20px;">Discover the metodology of the instrument: <a href="https://ti-ukraine.org/ci/en/index.html">The Procuring Entity Index </a></span></p><p>The post <a href="https://ti-ukraine.org/en/research/the-procuring-entity-index/">The Procuring Entity Index</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>PDF or Excel: Impact of the Estimate Documentation Format on Competition in Construction Procurement</title>
		<link>https://ti-ukraine.org/en/research/pdf-or-excel-impact-of-the-estimate-documentation-format-on-competition-in-construction-procurement/</link>
		
		<dc:creator><![CDATA[Катерина Русіна]]></dc:creator>
		<pubDate>Thu, 27 Jun 2024 12:22:54 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=28399</guid>

					<description><![CDATA[<p>We analyzed the formats that procuring entities used last year when publishing the files necessary for calculating estimates on Prozorro and studied how this affected procurement.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/pdf-or-excel-impact-of-the-estimate-documentation-format-on-competition-in-construction-procurement/">PDF or Excel: Impact of the Estimate Documentation Format on Competition in Construction Procurement</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p>In early February, we analyzed how the deadline for submitting proposals in construction tenders impacted savings. In 2023, 75% of construction tenders had a minimum deadline of 7 days. As expected, more participants took part in those procurement transactions, which provided for more time to prepare proposals. In the case of construction, a week is mostly not enough to collect standard documents, make all the necessary calculations, and form a full estimate. Following our analysis, this problem <a href="https://www.kmu.gov.ua/npas/pro-vnesennia-zmin-do-postanov-kabinetu-ministriv-ukrainy-vid-24-liutoho-2016-r-166-i-vid-12-t202424">was solved</a>: the government increased the minimum period for submitting proposals for the procurement of works to 14 days.</p>
<p>At the same time, the deadline for submission is not the only factor that determines whether the business will participate in a procurement transaction. Among other things, its decision will be influenced by the quality of the tender documentation itself, in particular its conditions and the format in which it is published. It implies whether the necessary documents and forms for calculations will be in machine-readable format or whether the procuring entity will download them in PDF format, which needs to be manually reprinted to get started.</p>
<p><strong>Therefore, we decided to study how often procuring entities published the files necessary for estimates in machine-readable format within the tender documentation last year.</strong></p>
<p>In general, machine-readable data are those that a computer can recognize and process automatically. For example, it can independently calculate the total amount of the figures from an Excel sheet but not from a photo of the same sheet. There are many machine-readable formats, but within the framework of this study, we considered the following:</p>
<ul>
<li>Excel files;</li>
<li>files in the data exchange formats of estimate programs imd, .ims, .imp, .idc, .ipd, .ibs, .bds, .bdd, .bdp, .bsdu, .bdcu, .bpdu, .bsdr, .bdcr, .bpdr.</li>
</ul>
<p>They are used to draw up estimates that businesses usually need to submit as part of their tender proposal.</p>
<p>For the analysis, we considered procurement transactions with a known number of participants using the following CPV codes:</p>
<ul>
<li>45400000-1 Final construction works</li>
<li>45200000-9 Works related to objects of completed or unfinished construction and objects of civil construction</li>
<li>45300000-0 Construction and installation works</li>
<li>45100000-8 Site preparation</li>
</ul>
<p>In 2023, procuring entities announced <strong>34,213 competitive lots</strong>, with the procurement item being construction works. It was open bidding for the most part, and simplified procurement accounted for 12.2%.</p>
<p>Documents in machine-readable format were found in 2,301 transactions, that is, in <strong>6.73%.</strong> Another 86.45% of the lots had files in other formats, for example, DOCX + PDF, in the tender documentation. However, according to aggregated data, it is unknown which format will be used to publish the assignment required for estimate calculations. In the remaining 6.82% of procurement transactions, all files were exclusively in PDF format.</p>
<h2>Open bidding</h2>
<p>Last year, there were 1,956 open tenders for construction, where procuring entities added documents in machine-readable formats. Almost 86% of them (1,679) were procurement transactions with Excel files. Only 14% of lots (277) had files for special budget programs: either solely those files or these files + Excel.</p>
<p>Mixed formats, other than machine-readable ones, were found in 25,981 procurement transactions. In another 2,103 lots, the documents were only provided in PDF format.</p>
<div class="fotorama--wp fotorama gallery" data-nav="thumbs" data-thumbwidth="75" data-thumbheight="50" data-arrows="true" data-allowfullscreen="true">
<img fetchpriority="high" decoding="async" src="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_formaty-fajliv-basic.png" width="730" height="411" data-full="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_formaty-fajliv-basic.png" alt=""><img decoding="async" src="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_formaty-fajliv-detal.png" width="730" height="411" data-full="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_formaty-fajliv-detal.png" alt=""></div>
<h3>Competition in bidding</h3>
<p><strong>The further the documents of a procurement transaction&#8217;s tender documentation were from PDF format and closer to machine-readable data, the higher the competition.</strong> Thus, in lots where all files were in PDF format, proposals were submitted by an average of 0.99 participants. In procurement with a mixed file format, there were already 1.26 of them. <strong>In the case of machine-readable documents, there were 1.3 participants. </strong>If we take a closer look at the bidding with documents in machine-readable formats and divide them into subcategories, then:</p>
<ul>
<li>lots with Excel files have a similar competition indicator with lots that have files of mixed formats—1.2 proposals;</li>
<li>in procurement transactions where the documents necessary for calculations were published in formats for special budget programs, the competition indicator was significantly higher—2.1.</li>
</ul>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-28412" src="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>Procuring entities that added files in machine-readable formats to the tender documentation, although not much more, still set longer deadlines for submitting proposals—an average of 9.44 days against 8.47 in general. In the lots with documents in the formats of budget programs, the average term reached 13.82 days.</p>
<p>We also analyzed <strong>competition in bidding with different expected values. </strong>In particular, we used the cost of procurement as a sign to divide the order on Prozorro by the complexity of the objects—the more expensive, the more difficult. Of course, this is not a perfect approach, but we could not find a better option.</p>
<p>In <strong>88% of the open bidding</strong> that was included in our sample, the expected value <strong>did not exceed UAH</strong><strong> </strong><strong>10</strong><strong> </strong><strong>million. </strong>Therefore, we have considered this range in more detail, dividing it into three groups:</p>
<ul>
<li><strong>up to UAH 1.5 million.</strong>We considered what exactly was purchased for such amounts; for the most part, within such a range, the procurement item is simple construction work (insulation of the building facade, replacement of windows, installation of new sanitary ware, laying of paving tiles, etc.).</li>
<li><strong>from UAH</strong><strong>1</strong><strong> </strong><strong>million to UAH 5 million</strong>. Construction works of more complex configurations: roofing works, repairs of minor objects.</li>
<li><strong>UAH 5–10 million.</strong>Construction objects of this group are characterized by increased complexity, and the performance of works requires engaging certain special construction equipment (cranes, bulldozers, loaders, etc.) and qualified engineers.</li>
</ul>
<p>The following ranges of expected value are grouped under similar assumptions that the increase in complexity occurs in parallel with the increase in expected value (EV) and the volume of works performed.</p>
<p><strong>So, we chose the following groups:</strong></p>
<ol>
<li>EV&lt; UAH 1.5 million;</li>
<li>1,5 &lt;= EV &lt; UAH 5 million;</li>
<li>5 &lt;= EV &lt; UAH 10 million;</li>
<li>10 &lt;= EV &lt; UAH 20 million;</li>
<li>20 &lt;= EV &lt; UAH 50 million;</li>
<li>50 &lt;= EV &lt; UAH 100 million;</li>
<li>EV &gt; UAH 100 million</li>
</ol>
<table width="770">
<tbody>
<tr>
<td width="59">EV group</td>
<td width="218">EV range in the group</td>
<td width="82">Number of lots</td>
<td width="82">% of lots</td>
<td width="82">Estimate files</td>
<td width="82">Excel</td>
<td width="82">PDF</td>
<td width="82">Mixed formats</td>
</tr>
<tr>
<td width="59">1</td>
<td width="218">EV&lt; UAH 1.5 million;</td>
<td width="82">15,331</td>
<td width="82">51.04</td>
<td width="82">1.69</td>
<td width="82">1.05</td>
<td width="82">1.00</td>
<td width="82">1.20</td>
</tr>
<tr>
<td width="59">2</td>
<td width="218">1,5 &lt;= EV &lt; UAH 5 million;</td>
<td width="82">8,498</td>
<td width="82">28.29</td>
<td width="82">1.28</td>
<td width="82">1.18</td>
<td width="82">0.96</td>
<td width="82">1.32</td>
</tr>
<tr>
<td width="59">3</td>
<td width="218">5 &lt;= EV &lt; UAH 10 million;</td>
<td width="82">2,833</td>
<td width="82">9.43</td>
<td width="82">1.81</td>
<td width="82">1.23</td>
<td width="82">1.01</td>
<td width="82">1.34</td>
</tr>
<tr>
<td width="59">4</td>
<td width="218">10 &lt;= EV &lt; UAH 20 million;</td>
<td width="82">1,583</td>
<td width="82">5.27</td>
<td width="82">1.63</td>
<td width="82">1.33</td>
<td width="82">0.92</td>
<td width="82">1.39</td>
</tr>
<tr>
<td width="59">5</td>
<td width="218">20 &lt;= EV &lt; UAH 50 million;</td>
<td width="82">1,026</td>
<td width="82">3.42</td>
<td width="82">2.80</td>
<td width="82">1.96</td>
<td width="82">1.01</td>
<td width="82">1.31</td>
</tr>
<tr>
<td width="59">6</td>
<td width="218">50 &lt;= EV &lt; UAH 100 million;</td>
<td width="82">392</td>
<td width="82">1.30</td>
<td width="82">3.47</td>
<td width="82">1.50</td>
<td width="82">1.19</td>
<td width="82">1.32</td>
</tr>
<tr>
<td width="59">7</td>
<td width="218">EV &gt; UAH 100 million</td>
<td width="82">377</td>
<td width="82">1.25</td>
<td width="82">1.56</td>
<td width="82">1.45</td>
<td width="82">1.24</td>
<td width="82">1.48</td>
</tr>
</tbody>
</table>
<p>It turned out that for lots in which the documentation was published in PDF format, the average number of participants did not actually change at different expected procurement values. Only for orders worth more than UAH 50 million has the competition slightly increased from 1 to 1.2.</p>
<p>In lots where the terms of reference of the documentation were in the <strong>formats of data exchange between estimate programs or in Excel format</strong>, we observed an increase in competition depending on the expected value. If 1.6 participants on average took part in lots with an expected value of up to UAH 20 million, then for lots with an expected value of UAH 20 to 50 million, the average level of competition increased to 2.8 participants. The maximum number of participants took part in procurement with an expected cost of UAH 50 to 100 million and amounted to 3.5. This is three times more than with lots that contained documentation only in PDF format.</p>
<p><strong>In general, the highest competition indicator was in lots with machine-readable files for calculations, with a value ranging from UAH</strong><strong> </strong><strong>20 to 100</strong><strong> </strong><strong>million.</strong></p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya-ov.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-28414" src="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya-ov.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya-ov.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya-ov-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_konkurentsiya-ov-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<h3><strong>Top procuring entities</strong></h3>
<p>Open bidding with machine-readable files for estimates in the tender documentation in 2023 was announced by 240 procuring entities. Most of these lots were published by:</p>
<ul>
<li>Department of Humanitarian Policy of the Dnipro City Council—345;</li>
<li>ME Kharkiv Heating Networks—252;</li>
<li>PJSC Volynoblenergo—105.</li>
</ul>
<p>For the most part, they uploaded Excel files.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-mashynochytni.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-28416" src="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-mashynochytni.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-mashynochytni.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-mashynochytni-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-mashynochytni-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>But only 23 procuring entities used documents in the format for estimate programs in the tender documentation. Among them are Recovery Services, JSC Ukrgasvydobuvannya and its branches, energy infrastructure enterprises, and major construction units of city councils.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-koshtorysni-programy.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-28418" src="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-koshtorysni-programy.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-koshtorysni-programy.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-koshtorysni-programy-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/06/doslidzhennya-pdf-eng_zamovnyky-koshtorysni-programy-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>In particular, in August 2023, the State Agency for Restoration and Infrastructure Development of Ukraine presented <a href="https://restoration.gov.ua/4489/oholoshennia/57471/57472.pdf">methodological recommendations</a> on public procurement for the regional Recovery Services subordinate to it. The Agency for Restoration advises them to provide, as part of the tender documentation for the procurement of construction works, the approved project planning documentation in full, including estimates in the format of Excel and specialized systems, in particular .ibs, .idc (IBD-6.x), .bsdu, .bdcu (IBD-5.x). The Agency also recommended setting a deadline for submitting proposals of at least 14 days and for procurement transactions with an expected value of UAH 100 million or more—at least 20 days.</p>
<p>Perhaps other procuring entities have similar internal policies.</p>
<h2>Simplified procurement</h2>
<p>Although the main method of procurement at the moment is open bidding with features, we decided to analyze similar indicators for simplified procurement due to the significant frequency of application (12.2% of construction lots). Machine-readable formats are also rarely used in them—in 8.3% of cases.</p>
<p>In simplified procurement, the impact of the tender documentation format on competition is not visible. For all options, the average number of proposals per lot is 0.93–0.99. At the same time, the deadline for proposal submission in such procurement transactions is shorter, with an average of 3.5 days. The data sample is also small, so this issue needs further study.</p>
<h2>Conclusions</h2>
<p>Machine-readable formats that allow optimizing the preparation of estimates are a rarity in tender documentation for the procurement of construction works on Prozorro. Thus, in 2023, Excel files or the formats of special budget programs were found only in <strong>6.7% of lots. </strong></p>
<p>But when they are used, <strong>competition increases.</strong> For example, proposals were submitted by an average of 0.99 participants in open bidding, where all documents in the tender documentation were in PDF format. Instead, lots with files in the formats of budget programs had the average level of competition at <strong>2.1 participants.</strong></p>
<p>The highest competition was observed in lots with files in machine-readable formats with an expected value of UAH 50 million to UAH 100 million—<strong>3.47 proposals.</strong></p>
<p>At the same time, procuring entities that used machine-readable document formats were more likely to give the business more time to prepare their proposal—an average of <strong>9.44 days</strong> against a total of 8.47 days. In lots with files for budget programs, this figure reached <strong>13.82 days. </strong>Presumably, these two factors have a comprehensive impact—the business has a convenient format of documents necessary to prepare a proposal and more time for this.</p>
<p>The government has already increased the minimum deadline for submitting proposals for construction tenders after our previous study. <strong>We recommend introducing mandatory disclosure of information required for estimate calculation in machine-readable formats at construction-related open bidding. Namely, in Excel formats and estimate programs.</strong> This can be done in several ways. For example, introduce a corresponding obligation into Resolution No.1178 and the law. Or approve the standard tender documentation, which includes the necessary documents in machine-readable formats.</p>
<p>This will allow for:</p>
<ol>
<li>preparing estimates of a higher quality and doing it faster;</li>
<li>preventing abuse when the procuring entity provides documents in machine-readable format only for a favored contractor.</li>
</ol>
<p>It is also necessary to conduct additional consultations with the business and consider its opinion when developing the provision.</p>
<p>This research is made possible by the generous support of the American people through the United States Agency for International Development (USAID). The contents are the responsibility of Transparency International Ukraine and do not necessarily reflect the views of USAID or the United States Government. This research has been funded by UK International Development from the UK government; however, the views expressed do not necessarily reflect the UK government&#8217;s official policies.</p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/pdf-or-excel-impact-of-the-estimate-documentation-format-on-competition-in-construction-procurement/">PDF or Excel: Impact of the Estimate Documentation Format on Competition in Construction Procurement</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Public Procurement 2023. Functioning of the Field and Changes to It</title>
		<link>https://ti-ukraine.org/en/research/public-procurement-2023-functioning-of-the-field-and-changes-to-it/</link>
		
		<dc:creator><![CDATA[Катерина Русіна]]></dc:creator>
		<pubDate>Thu, 16 May 2024 07:13:21 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=28000</guid>

					<description><![CDATA[<p>This report describes the course of public procurement in 2023. What were the main changes to the rules? How did the system respond? What happened to competition and transparency? It also mentions important updates in the first months of 2024 that took place while we were drafting this report.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/public-procurement-2023-functioning-of-the-field-and-changes-to-it/">Public Procurement 2023. Functioning of the Field and Changes to It</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<p>This report describes the course of public procurement in 2023. What were the main changes to the rules? How did the system respond? What happened to competition and transparency? It also mentions important updates in the first months of 2024 that took place while we were drafting this report.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/public-procurement-2023-functioning-of-the-field-and-changes-to-it/">Public Procurement 2023. Functioning of the Field and Changes to It</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Impact of Deadline for Bid Submission on Success of Construction Works Procurement</title>
		<link>https://ti-ukraine.org/en/research/impact-of-deadline-for-bid-submission-on-success-of-construction-works-procurement/</link>
		
		<dc:creator><![CDATA[Катерина Русіна]]></dc:creator>
		<pubDate>Mon, 19 Feb 2024 10:59:56 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=27349</guid>

					<description><![CDATA[<p>Currently, the main competitive procedure in public procurement is open bidding with features. The deadline for related tenders cannot be less than seven days from [&#8230;]</p>
<p>The post <a href="https://ti-ukraine.org/en/research/impact-of-deadline-for-bid-submission-on-success-of-construction-works-procurement/">Impact of Deadline for Bid Submission on Success of Construction Works Procurement</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<div class="row ">
<div class="col-lg-8">
<p>Currently, the main competitive procedure in public procurement is <strong>open bidding with features. </strong>The deadline for related tenders cannot <strong>be less than seven days</strong> from the day the announcement on open bidding in the electronic procurement system is posted (cl. 34, Features). If the procuring entity introduces changes to the tender documentation, the deadline for bid submission should be extended so that the participants have at least <strong>four days </strong>(cl. 54, Features).</p>
<p>Establishing a minimum deadline for tender bids submission in complex procurement transactions can be viewed as a way to limit the range of future participants. This specifically applies to construction works, when estimate documents require a lot of time to be prepared. On the other hand, participants who are aware of the future procurement in advance and have tender documentation may prepare their bidding files earlier and even submit these within the minimum deadline. Moreover, the minimum deadline for tender bid submission complicates the appealing procedure against procurement terms and conditions. A complaint can be filed at the stage of bid submission, after announcing the procurement, while the same opportunity disappears 3 days before the stage ends.</p>
<p>So, we decided to evaluate ways procuring entities set their deadlines for bid submission nowadays, and their impact on the number of participants in construction tenders.</p>
<h1><strong>Data selection</strong></h1>
<p>For the purposes of the study, we limited procurement to the following CPV classes:</p>
<ul>
<li>45400000-1 Finishing construction works</li>
<li>45200000-9 Works related to completed or non-complete construction assets and civil facilities</li>
<li>45300000-0 Construction and installation works</li>
<li>45100000-8 Construction site preparation</li>
</ul>
<p>Other selection limitations:</p>
<ul>
<li>Year the procurement transaction was announced — 2023.</li>
<li>Lot status — completed, active, canceled, unsuccessful.</li>
<li>Type of procurement method — open bidding with features.</li>
<li>A number of participants in lots is known.</li>
<li>All procurement transactions where the procuring entity introduced changes to the tender documentation (21% of the total number) were excluded as the analysis did not include an assessment of these changes&#8217; significance. Therefore, we cannot understand their impact on the tender bid preparation: whether all documents should be designed from scratch or no changes should be made to the tender bid documents.</li>
<li>Abnormal indicators were also excluded. This covers procurement where the deadline for bid submission was met in less than 5 lots. Such procurement transactions distort the statistics, particularly the average values, so we removed them from the selection.</li>
</ul>
<p>The more complex the project, the more time it takes to make the necessary calculations, an estimate, and prepare a tender bid in general. There are no clear indicators to categorize the said works by complexity, so we used the expected value.</p>
<p>We assumed that the complexity of construction works (the construction assets themselves) would increase in line with the <strong>expected procurement value</strong>. For<strong> 91% of procurement transactions</strong> included in our selection, the said value<strong> does not exceed UAH 10 million. </strong>So we analyzed this range in more detail by dividing it into three groups:</p>
<ul>
<li><strong>up to UAH 1 million</strong> We have analyzed the items purchased for the said amounts — in this period, the procurement item is mostly simple construction works (insulation of the building facade, replacement of windows, installation of new sanitary ware in toilets, block paving, etc.). The volume of such works is insignificant, and the contractor may perform them in a fairly short period (up to 1–3 weeks). For such procurement transactions, tender bids do not require a lot of time to be prepared (minimum estimate documents), and the contractor does not have to involve complex construction machinery and equipment to perform works/services (cranes, bulldozers, loaders, etc.).</li>
<li><strong>UAH 1 – 5 million</strong> More complex construction works: roofing works, repairs of minor facilities.</li>
<li><strong>UAH 5 – 10 million</strong> In this group, construction assets are characterized by increased complexity, and the execution of work requires certain specific construction machinery (cranes, bulldozers, loaders, etc.) and qualified engineers.</li>
</ul>
<p>The following ranges of expected values are grouped under the similar assumption that the complexity increases in line with the expected value and the scope of work performed.</p>
<p><strong>So, we defined the following groups:</strong></p>
<ul>
<li>EV (expected value) &lt; UAH 1 million;</li>
<li>1 &lt;= EV &lt; UAH 5 million;</li>
<li>5 &lt;= EV &lt; UAH 10 million;</li>
<li>10 &lt;= CA &lt; UAH 20 million;</li>
<li>20 &lt;= EV &lt; UAH 50 million;</li>
<li>50 &lt;= EV &lt; UAH 100 million;</li>
<li>EV &gt; UAH 100 million.</li>
</ul>
<p><strong>The final selection included 24,514 lots. </strong></p>
<h1><strong>Data analysis and hypothesis testing</strong></h1>
<p>For<strong> 75% of the lots</strong> from our selection (18,500), the deadline for tender bid submission was minimal — 7 calendar days. For another 9% of the lots (2,322), the deadline for tender bid submission was 8 days, and for 7% of the lots (1,827) — 9 days.</p>
<h2><strong>Hypothesis 1.</strong></h2>
<p>The deadline for tender bid submission increases in line with the expected value.</p>
<p>________________________________________</p>
<p>Since expensive construction orders are potentially more complex, we have assumed that participants will be given more time to prepare their bidding documents. There is such a general trend though it is quite subtle. There is a slight increase in the deadline for tender bid submission depending on the expected value — from an average of 7.59 days for procurement transactions in the group of up to UAH 1 million to an average of 9 days for procurement transactions with EV ranging UAH 50-100 million.</p>
<p><strong>The hypothesis is partially confirmed.</strong></p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-dniv.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-27350" src="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-dniv.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-dniv.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-dniv-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-dniv-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<h2><strong>Hypothesis 2. </strong></h2>
<p>Procuring entities announce procurement transactions on Friday during late business hours and set a minimum deadline for bid submission or even on weekends (Saturday, Sunday) to reduce the time for tender bid submission by undesirable suppliers.</p>
<p>________________________________________</p>
<p>Usually, both businesses and procuring entities operate a five-day work week, Monday to Friday. Therefore, if the procurement is announced on Friday during late business hours, participants will probably see it on Monday. Therefore, the time to prepare bids will be even shorter. We have checked the frequency of such situations.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Den-ogoloshennya-zakupivli.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-27352" src="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Den-ogoloshennya-zakupivli.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Den-ogoloshennya-zakupivli.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Den-ogoloshennya-zakupivli-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Den-ogoloshennya-zakupivli-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>From Monday to Friday, the number of procurement transactions increases. Procuring entities announced the most lots on <strong>Friday — 5,289 lots or 21.6%</strong>. 57.3% of these were announced after lunch, that is, after 2:00 p.m.</p>
<p>1.2% of the total number of lots was announced on the weekend. Total on Friday–Sunday — 22.8%.</p>
<p>23.8% of the lots with other CPV codes were announced on Friday–Sunday. 52.2% of the lots of all Friday procurement transactions were announced after 2:00 p.m.</p>
<p><strong>For construction procurement transactions, almost the same share of lots is announced on the last days of the week as for other CPVs. </strong></p>
<p>For 58.4% of construction procurement transactions announced on Friday, Saturday, and Sunday, the deadline for bid submission was minimal. No one applied for every eighth of them, and there was only 1 supplier for almost two-thirds of the lots. In general, this falls under the average indicators for construction procurement. So, we cannot conclude that the day of the announcement affects the number of participants.</p>
<p>If we compare activity on procurement <strong>with the minimum deadline for bid submission</strong> announced on different days, the numbers will be almost the same:</p>
<ul>
<li>0 participants — 12.2% of the Friday–Sunday lots versus 11.9% of the Monday–Thursday lots</li>
<li>1 participant — 61.1% of the Friday–Sunday lots versus 62.7% of the Monday–Thursday lots</li>
</ul>
<p><strong>To sum up,</strong> procuring entities declare lots for construction procurement in almost the same days as for procurement with other CPV codes. There is also no significant difference in the number of participants for lots started on Friday–Sunday.</p>
<p><strong>The hypothesis is rejected. At the same time, it should be noted that some procuring entities tend to announce construction procurement on Friday after 2:00 p.m.</strong></p>
<h2><strong>Hypothesis 3.</strong></h2>
<p>If the number of days given for bid submission increases, so does the bidding competition.</p>
<p>________________________________________</p>
<p>In the procurement transactions studied, the bidding competition increases in line with the deadline for tender bid submission. The average competition level is 1.32 participants.</p>
<p>The average number of participants depending on the 7–10 day-long deadline for tender bid submission:</p>
<ul>
<li>7–10 days — 1.39 participants</li>
<li>11–15 days — 1.51 participants</li>
<li>16–20 days — 1.78 participants</li>
<li>21–25 days — 1.71 participants</li>
<li>26–40 days — 1.86 participants</li>
</ul>
<p><strong>The hypothesis is confirmed.</strong></p>
<p><strong> <a href="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-uchasnykiv-trend.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-27354" src="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-uchasnykiv-trend.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-uchasnykiv-trend.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-uchasnykiv-trend-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Serednya-kilkist-uchasnykiv-trend-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></strong></p>
<h2><strong>Hypothesis 4. </strong></h2>
<p>The increase in the deadline for bid submission results in a decrease in the number of lots where procuring entities apply the 24-hour term to correct discrepancies and disqualify participants, as well as in lots with 0–1 participant.</p>
<p>________________________________________</p>
<p>We assumed that <strong>the short deadline for tender bid submission prevents businesses from preparing documents in a quality manner.</strong> Therefore, they either submit a tender bid with discrepancies or do not enter the bidding. So, we have analyzed whether the following events are more common in procurement with a short deadline for bid submission:</p>
<ul>
<li>0 participants</li>
<li>disqualification</li>
<li>24 hours to correct discrepancies</li>
</ul>
<p>This hypothesis is not confirmed. Where the deadline for bid submission was 7 days, there were 34.9% of lots featuring the following: a demand to eliminate inconsistencies, and/or no participant applied for the procurement, and/or the procuring entity rejected one tender bid. Where the deadline for bid submission was 8 days, there were already 34.4% of such lots, for 9 days — 34.9%, 10 days — 32.4%, and 11 days — 37.1%.</p>
<p><strong>The hypothesis is rejected.</strong></p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Vidsotok-nespryyatlyvyh-podij.png"><img decoding="async" loading="lazy" class="alignnone size-full wp-image-27356" src="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Vidsotok-nespryyatlyvyh-podij.png" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Vidsotok-nespryyatlyvyh-podij.png 1200w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Vidsotok-nespryyatlyvyh-podij-400x225.png 400w, https://ti-ukraine.org/wp-content/uploads/2024/02/stroky-v-budivnytstvi-eng_Vidsotok-nespryyatlyvyh-podij-768x432.png 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>We have also analyzed whether the share of procurement transactions with discrepancies and 24 hours was different for procurement transactions with more than 1 participant:</p>
<table width="903">
<tbody>
<tr>
<td width="180"></td>
<td width="184">Construction<br />
(no lots with TD changes)</td>
<td width="230">Construction (including lots with changes introduced to the TD)</td>
<td width="154">Other CPV codes without lots with TD changes</td>
<td width="154">Other CPV codes including lots with changes introduced to the TD</p>
<p>&nbsp;</p>
<p>&nbsp;</td>
</tr>
<tr>
<td width="180">24 hours</td>
<td width="184">33.49%</td>
<td width="230">33.59%</td>
<td width="154">34.49%</td>
<td width="154">35.65%</td>
</tr>
<tr>
<td width="180">Disqualification</td>
<td width="184">36.92%</td>
<td width="230">38.56%</td>
<td width="154">30.12%</td>
<td width="154">31.12%</td>
</tr>
</tbody>
</table>
<p>We did not include procurement transactions with only 1 participant assuming that in such a case the procuring entity would not be intending to give 24 hours to eliminate discrepancies and would recognize the participant as the winner at once, turning a blind eye to minor errors to complete the procurement.</p>
<p>In general, for construction procurement transactions with more than 1 participant, procuring entities apply the 24-hour mechanism to eliminate discrepancies just as they do for other procurement items. Though participants in construction procurement are disqualified a bit more often.</p>
<h1><strong>Conclusions</strong></h1>
<p>For 75% of the lots, procuring entities set a minimum deadline for bid submission. Generally, the said term increases slightly in line with the expected value of the lot, but not significantly: on average, from 7.7 days for procurement with EV of up to UAH 1 million to 9.6 days for procurement with EV ranging UAH 50-100 million.</p>
<p>At the same time, <strong>lots with a longer deadline for submission attract more participants on average: </strong>1.39 participants for 7–10 days, 1.78 participants for 16–20 days, and 1.86 participants for 26–40 days. In general, this trend is observed in different groups of expected value.</p>
<p>Obviously, the deadline is not the only factor affecting competition in procurement. Procuring entities providing businesses with more time to prepare documents can also make other procurement elements more convenient for participants, for example, setting more transparent and clear requirements in TD.</p>
<p>However, extending the deadline for bid submission will give businesses more time to detect deficiencies in TD, send a question or demand to the procuring entity, or file a complaint to the AMCU in case of discriminatory terms and conditions.</p>
<p>Therefore, we believe that <strong>it is expedient to consider increasing the minimum deadline for bid submission in case of construction procurement — for example, up to 15 days, </strong>as it is set in the Law on Public Procurement. To determine the relevant deadline,<strong> the said change should also be discussed with the business.</strong></p>
<p>We sent the outcomes of this analysis to the Ministry of Economy for review. We believe they will help make construction procurement more competitive and efficient.</p>
<p><em>This publication was prepared with the financial support of the European Union. Its content is the sole responsibility of Transparency International Ukraine and does not necessarily reflect the views of the European Union.</em></p>
<p>&nbsp;</p>
</div>
</div>
<p><!--/.row--></p><p>The post <a href="https://ti-ukraine.org/en/research/impact-of-deadline-for-bid-submission-on-success-of-construction-works-procurement/">Impact of Deadline for Bid Submission on Success of Construction Works Procurement</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>How to Improve Procurement Monitoring</title>
		<link>https://ti-ukraine.org/en/research/how-to-improve-procurement-monitoring/</link>
		
		<dc:creator><![CDATA[Катерина Русіна]]></dc:creator>
		<pubDate>Tue, 12 Sep 2023 13:58:50 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=27107</guid>

					<description><![CDATA[]]></description>
										<content:encoded><![CDATA[]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Centralized Procurement Organizations in Ukraine</title>
		<link>https://ti-ukraine.org/en/research/centralized-procurement-organizations-in-ukraine/</link>
		
		<dc:creator><![CDATA[Валерія Залевська]]></dc:creator>
		<pubDate>Tue, 12 Sep 2023 10:41:49 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=25914</guid>

					<description><![CDATA[<p>Transparency International Ukraine studied how CPOs work in Ukraine.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/centralized-procurement-organizations-in-ukraine/">Centralized Procurement Organizations in Ukraine</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<p>Centralized Procurement Organizations have been established and being developed intensively in Ukraine since 2016. CPOs have an important task: to organize and conduct tenders and procurements under framework agreements in the interests of various procuring entities in accordance with the Law.</p>
<p>CPOs were expected to address the issues related to complexity and delays in procurements and to improve their efficiency and transparency. Also, CPOs were supposed to consult customers on how to draw documents, manage procurements, and mitigate corruption risks.</p>
<p>It is worth noting that in recent years there has been an increase in the number of Centralized Procurement Organizations. That means that central and local authorities are interested in the development of that institution. Unfortunately, the overall efficiency of procurements by the existing CPOs is the same (or even lower) compared to regular procuring entities.</p>
<p>Therefore those contemplating initiating a Central Procurement Organization should thoroughly study expectations, positive effects and, most importantly, current challenges of already existing CPOs. This will facilitate responsible and balanced administrative and managerial decisions and help build a professional and efficient centralized procurement organization.</p>
<p>The DOZORRO team of Transparency International Ukraine <a href="https://ti-ukraine.org/cpo/en/terms.html">has researched how CSOs work in Ukraine</a>, so that it will be easier for those who are considering whether to create a new CSO to make a decision.</p>
<p><span style="font-weight: bold; font-size: 20px;">Read: <a href="https://ti-ukraine.org/cpo/en/terms.html">Centralized Procurement Organizations in Ukraine</a></span></p>
<p><em>This publication was prepared with the financial support of the European Union. The contents of this publication are the sole responsibility of Transparency International Ukraine and do not necessarily reflect the views of the European Union.</em></p><p>The post <a href="https://ti-ukraine.org/en/research/centralized-procurement-organizations-in-ukraine/">Centralized Procurement Organizations in Ukraine</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Non-Price Criteria in Public Procurement: European Experience and Tips for Ukraine</title>
		<link>https://ti-ukraine.org/en/research/non-price-criteria-in-public-procurement-european-experience-and-tips-for-ukraine/</link>
		
		<dc:creator><![CDATA[Катерина Русіна]]></dc:creator>
		<pubDate>Wed, 06 Sep 2023 13:56:37 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=25831</guid>

					<description><![CDATA[<p>The DOZORRO team of Transparency International Ukraine have studied how non-price criteria are applied in public procurement in the EU and how to use them effectively in Ukraine.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/non-price-criteria-in-public-procurement-european-experience-and-tips-for-ukraine/">Non-Price Criteria in Public Procurement: European Experience and Tips for Ukraine</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<p>The DOZORRO team of Transparency International Ukraine have studied how non-price criteria are applied in public procurement in the EU and how to use them effectively in Ukraine.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/non-price-criteria-in-public-procurement-european-experience-and-tips-for-ukraine/">Non-Price Criteria in Public Procurement: European Experience and Tips for Ukraine</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Procurement with a Life Cycle Cost</title>
		<link>https://ti-ukraine.org/en/research/25270/</link>
		
		<dc:creator><![CDATA[Олександра Місюра]]></dc:creator>
		<pubDate>Mon, 26 Jun 2023 12:48:25 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=research&#038;p=25270</guid>

					<description><![CDATA[<p>When it is really effective and how to apply it correctly.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/25270/">Procurement with a Life Cycle Cost</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<p>When it is really effective and how to apply it correctly.</p>
<p>The post <a href="https://ti-ukraine.org/en/research/25270/">Procurement with a Life Cycle Cost</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
		<item>
		<title>Does Prozorro Need Three-Round Auctions?</title>
		<link>https://ti-ukraine.org/en/blogs/does-prozorro-need-three-round-auctions/</link>
		
		<dc:creator><![CDATA[Володимир Даценко]]></dc:creator>
		<pubDate>Tue, 23 May 2023 07:26:40 +0000</pubDate>
				<guid isPermaLink="false">https://ti-ukraine.org/?post_type=blog&#038;p=24620</guid>

					<description><![CDATA[<p>DOZORRO specialists of Transparency International Ukraine have analyzed how the cancellation of three-round auctions in Prozorro affected the efficiency of procurement.</p>
<p>The post <a href="https://ti-ukraine.org/en/blogs/does-prozorro-need-three-round-auctions/">Does Prozorro Need Three-Round Auctions?</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></description>
										<content:encoded><![CDATA[<p>The Cabinet of Ministers restores three-round auctions in Prozorro; at the beginning of the year, they were temporarily <a href="https://www.kmu.gov.ua/npas/pro-vnesennia-zmin-do-osoblyvostei-zdiisnennia-publichnykh-zakupivel-tovariv-robit-i-posluh-dlia-t301222">replaced</a> by a blind auction. Within the latter, participants cannot reduce the price, the winner is chosen immediately based on the initial price proposals.</p>
<p>However, this is not a complete return to the previous approach because now, procuring entities have the right to conduct procurement in the same way without reducing the price if they justify the need for it. The Ministry of Economy explains this optionality by the fact that in the future, they would like to provide an opportunity to flexibly respond to the situation with energy supply or other force majeure events that may be caused by war. However, in January, the introduction of such a mechanism caused quite a heated discussion about the feasibility and effectiveness of such a step.</p>
<p>In particular, Transparency International Ukraine <a href="https://ti-ukraine.org/en/news/position-of-ti-ukraine-and-antac-on-replacing-three-round-auctions-in-prozorro/">warned</a> that it was not sufficiently justified and contained some risks. The auction is a guarantee of active competition of participants and allows achieving maximum savings. Abandoning it can potentially reduce the savings on procurement, which is unacceptable during the war and with limited funding.</p>
<p>Those who were neutral or positive about such an idea said that procurement without an auction was widely applied in the West, and it had its advantages.</p>
<p>Many studies are devoted to the question of the advantages of tenders with and without auctions, but most of them are quite theoretical. After all, these approaches are difficult to compare in terms of their effectiveness in laboratory conditions. After the cancellation of auctions, Ukraine was able to determine the practical effect of different approaches to procurement.</p>
<h2><strong>Bidding with and without an auction: the main differences</strong></h2>
<p>The main difficulty in comparing various procurement methods is that the logic of the participant&#8217;s behavior in them is fundamentally different.</p>
<p><strong>In bidding with a multi-round auction, the participant can</strong> submit an initial bid close to the expected value and continue <strong>to build their strategy</strong> already<strong> </strong><strong>depending on how the auction will go</strong>. If the activity of competitors is low, they can win with a high price. If the activity is high — the participant will have to lower their bid or lose.</p>
<p>However, to say that the participant is interested in giving the highest possible starting price is also wrong. After all, the size of the initial proposal determines the sequence of steps of participants in the auction. The one who gave the lowest price has an advantage over competitors — taking the step last.</p>
<p><strong>Procurement with a blind auction</strong> implies that participants have <strong>only one attempt</strong> to submit their proposal and get it right. If the price is too low, the entrepreneur will receive less profit than they could have. If it is too high, they can lose the tender to a competitor. This seems to stimulate them to provide a lower proposal from the start.</p>
<p><a href="https://www.academia.edu/11408180/Making_uncompetitive_auctions_competitive_a_survey_of_experiments">Research </a><a href="https://www.academia.edu/2705723/Auctions_and_bidding_A_guide_for_computer_scientists">on </a><a href="https://www.academia.edu/473173/Protocols_and_strategies_for_automated_multi_attribute_auctions">the practice of</a><a href="https://www.academia.edu/2804993/Auctions_as_a_dynamic_pricing_mechanism_for_e_services"> applying</a> auctions comes to the conclusion that procurement with multi-round auctions is more priority if the procurement item is sufficiently competitive and there are three or more bids on the market that meet the requirements of the procuring entity.</p>
<p>For procurement in a market with low competition and a limited range of potential suppliers, a one-round auction can produce a better effect. Moreover, this method is faster and can be used for less important categories of procurement.</p>
<p>In many countries, the procuring entity themselves can determine whether to apply a multi-round auction or not in specific cases. This approach is called <strong>an optional auction.</strong></p>
<p>There are also some transitional procurement models, in which the auction is appointed after the submission of bids by the participants if there are at least three of them, or when the difference between the lowest starting bid and the next one is less than 10%. Such intermediate rules theoretically have the advantages of both approaches: the participant does not know whether their initial bid is final, and if the bidding is competitive, the auction allows for maximum savings. But so far, such methods of procurement are not very popular due to the complexity of technical implementation. And their advantages are mostly theoretical, they are difficult to test.</p>
<h2>Hypothesis testing</h2>
<p>We put forward a number of different hypotheses based on theoretical studies of the effectiveness of procurement with and without an auction.</p>
<p>Two periods were chosen for comparison:</p>
<ul>
<li>from October 19 to December 31, 2022;</li>
<li>and after cancellation — from January 3 to April 1, 2023.</li>
</ul>
<p>Of course, this is not a perfect sample, as one period was at the end of the budget year and the other at the beginning. Moreover, during these periods, there were different conditions with the supply of electricity, which could affect the course of procurement, in particular, the prices of the participants. However, back then, approximately the same rules were in force, and the main difference was precisely the presence/absence of a mandatory auction.</p>
<p>We downloaded the sample on May 5. It included only successfully completed lots as of that date. Savings in calculations are defined as the ratio of the amount of savings to the expected cost of the procurement transaction. We also discarded the data with abnormal savings from the sample: 1% of lots with the largest and lowest (negative) savings.</p>
<h3><strong>1. Cancellation of multi-round auctions will reduce savings</strong></h3>
<p>The main advantage of procurement with auctions is the possibility to achieve better economic efficiency of procurement. This statement is cited by most studies on the practice of using auctions. Theoretically, the effect of the auction reaches the optimal value when three or more participants take part in the procurement transaction.</p>
<p>A comparison of procurement transactions before and after the cancellation of auctions <strong>generally confirms this hypothesis. </strong></p>
<p>During the period under review, prior to the cancellation of auctions, lots worth almost UAH 95 bln were successfully completed. The amount of savings is UAH 7.63 bln. That is, the savings in these tenders amounted to 8.03% of the expected value.</p>
<p>After the cancellation of auctions, lots worth more than UAH 88 bln were successfully completed. The amount of savings in them is only UAH 6.06 bln. Thus, <strong>the share of savings in the completed bidding decreased from 8.03% to 6.83% — by 1.2%.</strong></p>
<p>If you look at procurement <strong>in terms of the number of participants</strong>, the difference in savings between bidding with and without an auction is minimal in procedures with 1–3 participants and grows significantly with the increase in the number of participants. In tenders where 4-5 or more participants took part, the difference in the savings indicator is already 3-4%, depending on whether the auction was applied or not.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-48-33.jpg"><img decoding="async" class="alignnone size-full wp-image-24634" src="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-48-33.jpg" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-48-33.jpg 1200w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-48-33-400x225.jpg 400w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-48-33-768x432.jpg 768w" sizes="(max-width: 1200px) 100vw, 1200px" /></a></p>
<p>At the same time<strong>, bidding without an auction gives</strong> an even <strong>better indicator of savings in lots with an expected cost of less than UAH 200,000. </strong>If we analyze the percentage of savings in different ranges of the amounts of expected value, it turns out that in the smallest tenders after the cancellation of the auction, the indicator of savings even increased. Obviously, the rule of the change in the behavior of the participant really works here. In small tenders, there is a high probability that competition will be low, and therefore the “blind auction” encourages the participant to give a slightly lower price than in lots with an auction. But with the increase in the expected cost of procurement, the advantage of bidding with an auction increases. In tenders, worth from UAH 200,000 to UAH 500,000, tenders with and without an auction showed almost the same result. And in the bidding <strong>for the amount more than UAH 1 mln, the auction provides much bigger savings</strong>. Since it is these tenders that form the majority of the savings in the Prozorro system, this is reflected in the overall result, which is provided below (an overall savings reduction by 1.2%).</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-39.jpg"><img loading="lazy" decoding="async" class="alignnone size-full wp-image-24625" src="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-39.jpg" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-39.jpg 1200w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-39-400x225.jpg 400w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-39-768x432.jpg 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>Considering this, it can be concluded that in general, <strong>the cancellation of the auction affected the savings</strong> of tenders in the system. This is especially true <strong>for expensive procurement</strong>. Potentially, this 1% reduction in savings is a loss of more than a billion hryvnias in savings for only three months under study.</p>
<p>However, in tenders with an expected cost of less than UAH 200,000, after the auction was canceled, the savings indicator even improved. Accordingly, <strong>for procurement with a lower expected cost</strong>, several options can be considered:</p>
<ol>
<li>to keep blind auctions;</li>
<li>to implement optional ones: so that the procuring entity decides to buy with an auction or without it;</li>
<li>or raise the threshold altogether (but this issue needs additional study).</li>
</ol>
<p>For procurement of <strong>more than UAH 500,000, it is advisable to apply a mandatory three-round auction</strong>.</p>
<h3>2. Bidding without an auction will produce higher savings in procurement with a minimum number of participants</h3>
<p>Before switching to a blind auction, 65% of open tenders with features that had enough bids were held with one participant. In such cases, a three-round auction did not take place and the participant&#8217;s initial bid became final. Since the participant could previously reduce their price during the auction, a more winning strategy was to put a higher bid and lower it if you have competitors. Accordingly, if only one participant took part in the tender, this increased the risk that the procuring entity would receive a higher price than the one that the entrepreneur was actually ready to give (if they had competitors).</p>
<p>In a blind auction, participants cannot reduce their bids after they see the bids of competitors. In theory, this was to encourage them to provide lower prices at once to increase their chance of winning.</p>
<p>The practice of applying bidding without an auction in Prozorro <strong>does not confirm</strong> this hypothesis.</p>
<p>If we compare procurement before and after the cancellation of auctions, <strong>the indicator of the amount of savings in tenders with one participant has not changed.</strong></p>
<p>Prior to the cancellation of auctions, successful competitive tenders with one participant were announced for UAH 52.1 bln. The amount of savings in them was UAH 2.15 bln. After the cancellation of auctions, the amount of such bidding is UAH 53 bln, and the amount of savings is UAH 1.96 bln.</p>
<p>In percentage terms, the savings rate <strong>even decreased</strong> — from 4.15% to 3.7%.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-41.jpg"><img loading="lazy" decoding="async" class="alignnone size-full wp-image-24621" src="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-41.jpg" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-41.jpg 1200w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-41-400x225.jpg 400w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-41-768x432.jpg 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>Consequently, the cancellation of the auction did not contribute to a decrease in the cost of bids in the bidding with one participant (with low competitive activity). The hypothesis that in auction, participants can give a higher starting bid, leaving a margin for bidding, does not find confirmation in the analysis results.</p>
<p>Obviously, this is due to the fact that participants tend to predict low competition only in small tenders. If the expected value increases, the presence or absence of an auction significantly affects the strategy for determining the initial cost.</p>
<h3>3. Cancellation of auctions will reduce the time of procurement</h3>
<p>The cancellation of the three-round auction deprived the procurement of two stages that influenced its duration:</p>
<ul>
<li>waiting for the auction: after the end of the period of bid submission, the auction does not take place immediately, but on the day and time appointed by the system;</li>
<li>the actual stage of the auction, where participants can alternately reduce their prices.</li>
</ul>
<p>Thus, the average duration of tenders decreased from 24.3 days to 23.3. This allows the procuring entity to save an average of <strong>4% of the time</strong> spent on one tender. <strong>The share of tenders with a duration of less than 30 days increased</strong> from 51.3% before the auction was canceled to 59.8% after — from the total number of the lots announced in this period.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-34.jpg"><img loading="lazy" decoding="async" class="alignnone size-full wp-image-24631" src="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-34.jpg" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-34.jpg 1200w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-34-400x225.jpg 400w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-34-768x432.jpg 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>However, the reduction in the duration of procurement within these limits is not always important, especially when it comes to large and important tenders. After all, changing the duration of procurement by 1–3 days significantly affects only fast tenders. That is, those that provide for the supply of goods in a short period of time. These are usually small amounts and fairly simple goods.</p>
<p>If we discuss large contracts and the supply of significant volumes, then their duration is measured in months, and sometimes years. And in the general procurement cycle from the formation of a need to the supply of goods/performance of works, such a short period of time does not have a qualitative impact. In addition, the procuring entity can also reduce the delivery time of the goods by the same value of 1–3 days, which in most cases has no critical impact and will achieve the same result as in the case of cancellation of the auction.</p>
<p>In view of this, it is worth considering the reduction of the procurement duration as a positive factor only for a small category of tenders, in which the period from the announcement of the procurement to the delivery of goods/performance of services is shorter, for example, 30 days. Only then does it give a potentially high enough time saving (10%).</p>
<h3>4. Cancellation of auctions will have a negative impact on competition</h3>
<p><strong><br />
</strong>One of the fears the skeptics of the cancellation of multi-round auctions had was that it would lead to a significant increase in procurement with a minimum number of participants and, in general, to a decrease in competition. Allegedly, procuring entities will not have an incentive to work with the market because there is no auction now as an indicator of procurement activity, and only one bid is enough to conclude a contract.</p>
<p>But this hypothesis <strong>is not confirmed</strong>. The share of lots for which no bids were submitted even decreased after the auction was canceled.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-37.jpg"><img loading="lazy" decoding="async" class="alignnone size-full wp-image-24627" src="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-37.jpg" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-37.jpg 1200w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-37-400x225.jpg 400w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-37-768x432.jpg 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>Neither is there a decrease in the average number of bids in the auction. This figure even increased slightly after the cancellation of multi-round auctions. If earlier 1.13 participants came to open bidding with features on average, after the changes this figure was 1.38.</p>
<p><a href="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-36.jpg"><img loading="lazy" decoding="async" class="alignnone size-full wp-image-24629" src="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-36.jpg" alt="" width="1200" height="675" srcset="https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-36.jpg 1200w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-36-400x225.jpg 400w, https://ti-ukraine.org/wp-content/uploads/2023/05/photo_2023-05-23_12-38-36-768x432.jpg 768w" sizes="auto, (max-width: 1200px) 100vw, 1200px" /></a></p>
<p>Consequently, the presence/absence of a multi-round auction does not have a direct positive impact on the number of participants, and the cancellation of auctions did not lead to a decrease in competition.</p>
<h2>Conclusions</h2>
<p>Even though our study did not confirm most of the hypotheses about the impact of the cancellation of multi-round auctions, the most important one came true. <strong>Switching to a blind auction reduced the savings rate. </strong>And the most important thing is that it concerned expensive tenders. Potentially, the state could have saved at least a billion extra hryvnias in the three months we studied if multi-round auctions had not been canceled.</p>
<p>At the same time, the analysis shows that for procurement for smaller amounts — up to UAH 500,000 and especially up to UAH 200,000 — there was no negative impact. On the contrary — <strong>for procurement for smaller amounts, a blind auction turned out to be more effective in terms of savings</strong>.</p>
<p>Accordingly, returning to mandatory multi-round auctions for procurement for amounts over UAH 500,000 is the right decision. After all, during the war, the state cannot afford to overpay on procurement, when all possible funds need to be spent on defense.</p>
<p>However, for bidding for up to UAH 500,000, blind auctions should be preserved.</p>
<p>At the same time, it is possible to consider raising the thresholds for open auctions. They have hardly been reviewed since the inception of Prozorro. Considering inflation, this step is deemed logical, in particular, to partially relieve procuring entities.</p>
<p><em>The material was prepared within the framework of the USAID/UK aid TAPAS Project/Transparency and Accountability in Public Administration and Services and European Union. . Its contents are the sole responsibility of Transparency International Ukraine. </em></p><p>The post <a href="https://ti-ukraine.org/en/blogs/does-prozorro-need-three-round-auctions/">Does Prozorro Need Three-Round Auctions?</a> first appeared on <a href="https://ti-ukraine.org/en/">Transparency International Ukraine</a>.</p>]]></content:encoded>
					
		
		
			</item>
	</channel>
</rss>
