Georgia East-West Highway Corridor Improvement Project Redacted Report March 2021 Statement of Use and Limitations This strictly confidential report (the Report) was prepared by the World Bank Group (the “WBG”) Integrity Vice Presidency (“INT”). It provides the findings of an INT administrative inquiry (the “Investigation”) into allegations of corrupt, fraudulent, collusive, and/or coercive practices, as defined by the WBG for the purposes of its own policies, rules and procedures (the “WBG’s Anti- corruption Framework”), in relation to WBG-supported activities. The purpose of the Investigation was to allow the WBG to determine if the WBG’s Anti-corruption Framework had been violated. This Report is being shared to ensure that its recipients are aware of the results of the INT Investigation. However, in view of the specific and limited purpose of the Investigation underlying this Report, this Report should not be used as the sole basis for initiating any administrative, criminal, or civil proceedings. Moreover, this Report should not be cited or otherwise referred to in the course of any investigation, in any investigation reports, or in any administrative, civil, or criminal proceedings. This Report is provided without prejudice to the privileges and immunities conferred on the institutions comprising the WBG and their officers and employees by their respective constituent documents and any other applicable sources of law. The WBG reserves the right to invoke these privileges and immunities, including at any time during the course of an investigation or a subsequent judicial, administrative or other proceeding that your authorities may pursue in connection with this matter. These privileges and immunities cannot be waived without the prior express written authorization of the WBG. 1 Background In February 2016, the International Bank for Reconstruction and Development (“IBRD” or the “World Bank”) 1 and the Republic of Georgia (“Georgia”) entered into a Loan Agreement for the East West Highway Corridor Improvement Project (the “Project”) in Georgia. In December 2017, additional financing was approved for the Project. The Project became effective in May 2016, and is scheduled to close in December 2020. The Project, implemented by the Roads Department of the Georgian Ministry of Regional Development and Infrastructure (“RDMRDI”), seeks to (i) reduce road user costs along the East- West Highway Corridor section upgraded under the Project; and (ii) strengthen the capacity of the RDMRDI to manage the road network and the capacity of the Ministry of Economy and Sustainable Development to provide an enabling environment to improve logistics services. In January 2016, RDMRDI published an Application for Prequalification Document (the “Prequalification Document”) for Contract X. 2 In March 2016, Company A submitted its Prequalification Document. Accordingly, Company A was prequalified to bid for Contract X. In December 2016, RDMRDI published the bidding documents for Contract X. In January 2017, Company A submitted its bid (the “Bid”) for the Contract with a bid validity of 120 days. At the early stage of evaluation, Company A’s bid was considered technically and substantially responsive and was ranked as the lowest priced responsive bid. During the evaluation process, RDMRDI twice requested that bidders extend their bid validity in order to allow RDMRDI complete the necessary evaluation and verification process. Company A declined to comply with the second extension request and informed RDMRDI that it would not extend its bid validity. As a result, Company A withdrew from the bidding process. Company A is a large company, operating more than 35 fully-owned subsidiaries, including Company B and Company C. For the purpose of submitting its Prequalification Document and Bid, Company A, Company B, and Company C prepared the Bid. 1 IBRD is one of the five institutions comprising the World Bank Group. The International Development Association(“IDA”) and IBRD constitute the World Bank. 2 Contract X consists of two lots. Lot 1 is financed by the European Investment Bank and Lot 2 is financed by the IBRD. Both lots followed the World Bank’s Guidelines for Procurement of Goods, Works and Non-Consulting Services published by the Bank in January 2011 and revised in July 2014. Company A bid on both lots, however for the purpose of this Report, only Lot 2 is discussed. 3 Allegations & Methodology The World Bank’s Integrity Vice Presidency (“INT”) received allegations of potential fraud by Company A under the Project. Upon reviewing procurement documents, INT found indicators of possible fraudulent practices in violation of the World Bank’s Anti-corruption Framework. As a result, INT opened an investigation. INT reviewed relevant procurement and Project documents and conducted verifications. Findings 1. Evidence indicates that Company A did not possess the construction experience that it claimed. The Prequalification Document required that applicants submit “General Construction Experience” as a prime contractor, joint venture member, management contractor or subcontractor for at least five years. The Document also required applicants to submit “Specific Construction and Contract Management Experience and Construction Experience in Key Activities” as a prime contractor, joint venture member, management contractor or subcontractor between January 1, 2010, and the application submission deadline. The Document specifically instructed that only the qualification of the applicant(s) shall be considered. Qualifications of parent or affiliate companies were not to be considered as the applicant’s qualifications. To demonstrate that it was qualified, in its Application for Prequalification Document, Company A claimed to have performed ten projects as prime contractor. However, evidence indicates that contrary to Company A’s claim, Company A had only performed one of these ten projects. Evidence suggests that five of the projects were awarded to two of its subsidiaries, and four of the projects were awarded to Company C. Evidence also shows that contract documents such as the Letters of Acceptance, Contract Agreements, and Completion Certificates for these projects did not include Company A as a prime contractor, joint venture member, management contractor, or subcontractor. In response to RDMRDI’s inquiries, Company A confirmed that it submitted its subsidiaries’ experience as its own. However, Company A did not provide any legal basis for its position, although Company A and its subsidiaries are separate entities with distinct corporate personalities. 2. Company A included in its bid a list of equipment and key personnel that were purportedly available to Company A to implement Contract X. However, evidence indicates that neither the personnel nor equipment would have been available to implement Contract X. After Company A prequalified to bid based on its claimed experience, it proceeded to submit its Bid in February 2017. 4 In its Bid, Company A submitted a Resume of Proposed Personnel, which represented that eight key personnel were Company A’s employees. However, evidence indicates that the proposed personnel were not Company A’s employees, but Company C’s employees. Evidence further shows that the key personnel were, at the time of Bid submission, implementing another independent contract for RDMRDI. Also, in its Bid, Company A represented that it had the required equipment to implement Contract X. However, evidence indicates that all the equipment listed in Company A’s Bid was owned by Company C, not by Company A, and would not have been available to Company A for the Contract Implementation. In response to RDMRDI’s inquiries, Company A stated that the proposed key personnel were senior managers of Company C, who were working on another project in Georgia. Company A also stated that Company C owned the proposed equipment that it claimed as its own. Corrective Actions The World Bank has imposed the sanction of debarment on Company A, Company B and Company C. 5