03 bidding procedure for goods and infra

Upload: romel-tagurigan

Post on 06-Jul-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    1/99

     

    CAPACITY DEVELOPMENT DIVISION

    GOVERNMENT PROCUREMENT POLICY BOARD TECHNICAL SUPPORT OFFICE (GPPB-TSO)

    1

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    2/99

    GENERAL MODE OF PROCUREMENT

    Procurement is done through CompetitiveBidding. (Sec. 10 RA 9184; NPM 67-2012)

    Exception:  Alternative Methods ofProcurement.

    2

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    3/99

    COMPETITIVE BIDDING

    WHAT IS COMPETITIVE BIDDING?

    It is a method of procurement which is open toparticipation by any interested party and which

    consists of the following processes: eligibilityscreening of prospective bidders, evaluation of bids,post-qualification, and award of contract. (Section5(e) of RA 9184 and its IRR)

    3

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    4/99

    COMPETITIVE BIDDING

    Garcia vs. Burgos (291 SCRA 546)

    “By its nature and characteristics, a competitive publicbidding aims to protect public interest by giving the

    public the best possible advantages through opencompetition” 

    COA vs. RTC-NCRJR (GR NO. 85285, 7/7/89)

    “Purpose is to avoid/preclude suspicion of favoritism andanomalies in the execution of public contracts.” 

    4

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    5/99

    COMPETITIVE BIDDING

    Municipal Order requiring an accreditation processfor Bidders as a condition precedent for theirparticipation in procurement activities of the localgovernment unit runs counter RA 9185 and its IRRwould limit the participation of bidders only to thoseaccredited suppliers, to the exclusion and prejudice ofother bidders in the market, it in fact contravenes thevery basic principles of competitive bidding. (NPM

    47-2013)

    5

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    6/99

    STANDARDIZED BIDDING PROCEDURE

    FOR GOODS AND INFRA 

    Pre-ProcurementConf.

     Advertisement Pre-BidConference

    Opening of1st Env. - Eligibility

    Docs & Technical

    Proposal

    Opening of 2nd Envelope  – Financial

    Proposal

    Submission ofBids

    Bid Evaluation

    & RankingPost-qualification  Award of

    Contract

    6

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    7/99

    Purpose: Determine readiness of procurement

    Conducted prior to advertisement/posting of theInvitation to Bid

    Mandatory for projects with ABC above PhP 2M(goods), 5M (infra projects), 1M (consulting services)

     Attended by the following:a) BACb) BAC Secretariat

    c) TWGd) Consultantse) End-user unit/Other officials

    I. PRE-PROCUREMENT

    CONFERENCE 

    7

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    8/99

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    9/99

    Importance:

    Signals the start of the bidding process. Procurementprocess should be made within 3 months starting

    from posting and advertisement until awarding ofcontract. (Sec. 38.1 IRR)

    Signals the availability of the bidding documents tothe prospective bidders. (if not mentioned in the

    Invitation to Bid) (Sec. 17.3 IRR)

    II. ADVERTISEMENT/POSTING OF

    THE INVITATION TO BID

     

    9

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    10/99

     At least once in one (1) newspaper of general nationwidecirculation, which has been regularly published for at least two(2) years before advertisement date.

    Posted continuously for 7 calendar days –   – PhilGEPS

     – website of the PE, if any.

     – website of IFI, if applicable.

     –  At any conspicuous place in the premises of the PE.

    Not required for projects with ABC of 2M and below.

    II. ADVERTISEMENT/POSTING OF

    THE INVITATION TO BID

     

    10

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    11/99

    II. ADVERTISEMENT/POSTING OF

    THE INVITATION TO BID

     

    MediumAbove2M/5M

    2M/5M andbelow

    Newspaper of General NationwideCirculation    

    PhilGEPS website    PE’s Website, if available 

       Conspicuous Place

     

     

    Website prescribed by the foreigngovernment/foreign or internationalfunding institution, in case of foreignfunded procurement

       

    11

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    12/99

    Forum where the PE’s  representatives & the biddersdiscuss the different aspects of the project

    Mandatory ABC 1M or more; Discretionary –  ABC lessthan 1M

    Held at least 12 cd before deadline for bid submission.May be held at least 30 cd considering the following:a) Method, nature, and complexity of contract

    b) International participation is more advantageous

     At the option of procuring entity, only bidders whopurchased bid documents are allowed to attend or askquestions

    III. PRE-BID CONFERENCE

     

    12

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    13/99

    Section 22 affords bidders the opportunity to raise

    concerns or clarifications on the requirements, terms,

    conditions, and specifications stipulated in the bidding

    documents for the contract to be bid.

    Questions or clarifications pertaining to the matters that

    may be discussed during the pre-bid conference must

    be raised at least ten (10) calendar days before the

    deadline set for the submission and receipt of bids.

    (NPM 49-2013)

    III. PRE-BID CONFERENCE 

    13

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    14/99

    • Section 22.1 of the IRR of RA 9184 provides that at least one (1)pre-bid conference should be conducted by the procuring entityfor projects costing at least PhP1 Million, in order to affordprospective bidders the opportunity to inquire on or clarify any of

    the requirements, terms, conditions, and specifications stipulatedin the Bidding Documents.

    • Failure to conduct a pre-bid conference for the Project amounts toa violation of a mandatory provision of law, which will render theprocurement activity void under Article 5 of the Civil Code of the

    Philippines. (NPM 48-2013)

    III. PRE-BID CONFERENCE

     

    14

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    15/99

     

    Supplemental/Bid Bulletins

     –  issued by BAC to answerrequests for clarification (query submitted 10 c.d.before deadline) or interpretation, and upon BAC’s initiative to clarify or modify any provision of Bidding

    Docs. (at least 7 c.d. before deadline for bids).

    Posted in PhilGEPS and PE’s website

    Bidders who have submitted bids before issuance ofSupplemental/Bid Bulletin must be informed inwriting and allowed to modify or withdraw theirrespective bids

    CLARIFICATION OF BIDDING

    DOCUMENTS 

    15

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    16/99

      §22.5.2 RA 9184 IRR allows PEs to issue Supplemental/Bid

    Bulletins upon their initiative for the purpose of clarifying or

    modifying any provision in the Bidding Documents, including the IB.

    PE has the authority to revise or amend any statement in theBidding Documents, including the IB, specifically when such revision

    or amendment is made for the purpose of clarifying or modifying its

    provisions.

    Supplemental/Bid Bulletins must be posted in the PhilGEPS and atthe PE’s website, in order to address aspects of competition and

    transparency. (NPM 46-2013)

    CLARIFICATION OF BIDDINGDOCUMENTS 

    16

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    17/99

    PE cannot compel prospective bidders or the winning bidder to

    submit or comply with requirements not initially provided in the

    Bidding Documents or through any Supplemental/Bid Bulletin

    issued by the PE for the project that must be posted at the

    PhilGEPS’

     and the PE’

    s website.

    If no Supplemental/Bid Bulletin is issued to reflect changes in the

    Bidding Documents, or even if the same was issued but not posted

    at the PhilGEPS ’   and PE ’ s websites, the original provisions

    contained in the Bidding Documents remain and the prospective

    bidder, including the winning bidder cannot be compelled to abideor comply with the changes made by the PE. (NPM 24-2013)

    ADDITIONAL REQUIREMENTS 

    17

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    18/99

    Two-Envelope System 1st Envelope –  Eligibility Requirements and Technical Component

    2nd Envelope –  Financial Component

    Submitted to the BAC on the date, time, and place specified in theInvitation to Bid. Bids submitted after the deadline should not beaccepted.

    Date of submission should not be later than the following period fromthe last day of posting of the Invitation to Bid.

    IV. SUBMISSION AND RECEIPT OF

    BIDS 

    Category Maximum Period (cd)Goods 45

    Infra (50M and below) 50

    Infra (above 50M) 65

    18

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    19/99

    IV. SUBMISSION AND RECEIPT OF

    BIDS 

    Bidders are no longer required to submit awritten LOI together with their applicationfor eligibility as previously required in IRRPart A of RA 9184.

    Bidders only have to submit their bids notlater than the deadline for the submission

    and receipt of bids, which can be extended orrescheduled together with the opening of bidsas provided in Section 29 of the IRR of RA9184. (NPM 55-2013)

    19

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    20/99

    IV. SUBMISSION AND RECEIPT OF

    BIDS 

    The practice of pre-qualification has been abandonedin RA 9184 and its IRR. the results of a pre-qualification have no legal force and effect, bearing orweight, and cannot preempt the findings of the BAC

    during the preliminary examination of bidsconducted during the opening of bids. Hence, a biddermay still be declared ineligible during the opening ofbids despite a finding of qualification during the

    purported pre-qualification exercise. (NPM 54-2013)

    20

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    21/99

    IV. SUBMISSION AND RECEIPT OF

    BIDS 

    Procuring entity cannot validly and legally refuse toaccept a bid submitted before the deadline for thesubmission indicated the Invitation to Bid or Requestfor Quotation.

    This shall open a ground for the aggrieved bidder tofile a request for reconsideration and, subsequently,protest as provided in Section 55 of RA 9184 and its

    IRR, without prejudice to the institution of civil,administrative and/or criminal actions against theerring officials under applicable laws and rules.(NPM 67-2013)

    21

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    22/99

    CONTENTS:

    1. Eligibility requirements

    2. Bid Security

    3. Technical specifications (Goods) / Projectrequirements (Infra)

    4. Omnibus sworn statementNon-inclusion in blacklist Authenticity of documents Verification authority

    V. OPENING AND EVALUATION OF 1

    ST

     

    ENVELOPE

     

    22

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    23/99

    CONTENTS (continuation):

    4. Omnibus Sworn Statement

    Signatory’s authority

    Disclosure of relationsResponsibilities of biddersLabor laws and standardsNon-payment (directly or indirectly) any

    commission, amount, fee, or any form ofconsideration in relation to anyprocurement project or activity

    V. OPENING AND EVALUATION OF 1

    ST

     

    ENVELOPE

     

    23

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    24/99

    Section 30 requires that the preliminary examination of

    bids be conducted by merely checking for the presence

    or absence of documentary requirements using a non-

    discretionary “pass/fail” criterion.

    However, the BAC has the right to review the

    qualifications of a bidder during the same stage if it has

    reasonable grounds to believe that a misrepresentation

    has been made or there has been changes in the

    bidder ’s capability to undertake the project. (NPM 54-

    2013)

    V. OPENING AND EVALUATION OF 1ST ENVELOPE 

    24

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    25/99

    BAC should open a reconsidered bid under the

    same circumstances as it opened the bids that

    were not disqualified, i.e., upon a duly

    scheduled opening of bid with proper notices tothe concerned entities. (NPM 69-2013)

    V. OPENING AND EVALUATION OF 1ST ENVELOPE 

    25

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    26/99

    ELIGIBILITY REQUIREMENTS

     

    GOODS INFRASTRUCTURE

    Class Documents

    1. DTI/SEC/CDA

    Registration

    1. DTI/SEC/CDA

    Registration2. Mayor’s permit  2. Mayor’s permit 

    3. Tax clearance perExecutive Order 398, series

    of 2005, as finally reviewedand approved by the BIR.

    3. Tax clearance perExecutive Order 398, series

    of 2005, as finally reviewedand approved by the BIR.

    4. Statement of ongoingcontracts.

    4. Statement of ongoingcontracts.

    5. Statement of SLCC 5. Statement of SLCC 26

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    27/99

    ELIGIBILITY REQUIREMENTS

     

    GOODS INFRASTRUCTURE

    Class Documents

    5. Audited financial

    statement

    5. PCAB license and

    registration.6. NFCC 6. Audited financial

    statement

    7. NFCC

    Class B Document

    JVA or notarized statement from the partners that theywill enter into joint venture if awarded the contract.

    27

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    28/99

    ELIGIBILITY REQUIREMENTS

     

    Mayor

    Permit allows an entity to legally performthe requirements and obligations of the project andthe resultant contract.

    It is therefore necessary for the BAC to determinewhether the Mayor   ’ s Permit for constructionbusiness issued to the construction company likewiseauthorizes it to engage in the business of supplying

    dump trucks. (NPM 36-2013)

    28

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    29/99

    ELIGIBILITY REQUIREMENTS

     

     A valid PCAB license required as an eligibilityrequirement for the procurement of infrastructureprojects under Section 23.1 (a) (iv) of the revised IRRof RA 9184 should be valid at the time of the deadlinefor the submission and opening of bids.

    The submission of a PCAB license with validity periodafter  the date of the opening of the bids is a ground

    for the prospective bidder’s disqualification. (NPM 71- 2013)

    29

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    30/99

    EO 398 specifically requires the submission of Tax

    Clearance issued by the BIR. It refers to the clearance

    issued by the Collection Enforcement Division of BIR

    attesting that the bidder has no outstanding Final

     Assessment Notice and/or delinquent account.

    Hence, submission of tax clearance of the previous year

    and application for tax clearance cannot be considered

    as compliance. (NPM 02-2013)

    TAX CLEARANCE 

    30

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    31/99

     

    Submission of BIR receipt for renewal of Tax Clearance will not

    suffice in lieu of a valid Tax Clearance Requirement since

    substitution is not allowed under Section 34.2 of the IRR of RA

    9184.

    The Tax Clearance must be valid and existing at the time it is

    submitted to BAC and must be submitted within three (3) calendar

    days from receipt of the notice from the BAC that the bidder has

    the LCB. Failure to comply with the requirement for the submission

    of a valid Tax Clearance shall be a ground for post-disqualification

    of the bidder. (NPM 48-2013)

    TAX CLEARANCE 

    31

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    32/99

    FOR FOREIGN BIDDERS

     A Delinquency Verification Certificate issued to Non-

    Resident Foreign Corporations (NRFC)/Non-Resident

     Aliens Not Engaged in Trade or Business (NRANETB)

    pursuant to BIR RR 3-2005, attesting to the fact that thetaxpayer has no outstanding Final Assessment Notice

    and/or delinquent account may be submitted as a form of

    Tax Clearance required under Sec 34.2 of the IRR. (NPM

    02-2013)

    TAX CLEARANCE 

    32

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    33/99

     In the case of foreign bidders, the foregoing eligibilityrequirements under Class “A”  Documents may besubmitted:

    Equivalent documents issued by country

     Accompanied by English translation certified byappropriate embassy or consulate in the Philippines

    ELIGIBILITY REQUIREMENTS FOR

    FOREIGN BIDDERS

     

    33

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    34/99

    Foreign bidders may substitute eligibility documentary

    requirements with the appropriate equivalent documents

    in their country.

    Only upon actual determination and confirmation of this

    equivalence through post qualification by the BAC may it

    be categorically resolved that the foreign documents

    submitted are acceptable substitutes of the required

    eligibility documents pursuant to §23.2 of the IRR. (NPM

    42-2013)

    ELIGIBILITY REQUIREMENTS FORFOREIGN BIDDERS 

    34

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    35/99

     Government corporate entities may be eligible toparticipate only if they can establish that they:

    1. are legally and financially autonomous,2. operate under commercial law, and3. are not attached agencies of the procuring

    entity.

    ELIGIBILITY REQUIREMENTS FOR GOVT.

    CORPORATE ENTITIES 

    35

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    36/99

     

    1. WITH AN EXISTING JOINT VENTURE: submissionof a valid joint venture agreement

    2. WITHOUT AN EXISTING JOINT VENTURE:submission by each of the potential joint venturemembers of a duly notarized statement stating thatthey will enter into and abide by the provisions of the

     joint venture in case their bid is successful.

    ELIGIBILITY REQUIREMENTS FOR

    JOINT VENTURES

     

    36

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    37/99

    SUBMISSION OF ELIGIBILITY REQUIREMENTS:

     All co-venturers of the joint venture should submit

    legal eligibility documents.

     Any of the co-venturers can submit technical andfinancial eligibility requirements

    ELIGIBILITY REQUIREMENTS FOR

    JOINT VENTURES

     

    37

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    38/99

    • JV Bidders are required to submit a Joint License issued by the

    PCAB in compliance with the eligibility requirement for a “valid

    PCAB license and registration.

    •§38 RA 4566 prohibits 2 or more contractors from jointly submittinga bid without first securing a Joint License to engage or act in the

    capacity of such a joint venture.

    • Failure of the JV Bidder to submit a Joint License may be a ground

    for its disqualification despite the submission of the individual

    licenses of each joint venture partner. (NPM 17-2013)

    ELIGIBILITY REQUIREMENTS FOR JOINTVENTURES 

    38

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    39/99

    LEGAL ELIGIBILITY CRITERIA

     

    GOODS INFRASTRUCTURE

    • General rule: 60% Filipino • General rule: 75% Filipino

    • Foreign bidder allowed if:• Stated in treaty or international or

    executive agreement

    • National of a country offeringreciprocity rights to Filipinos

    • Goods not available from localsuppliers

    • To prevent situations that defeatcompetition or restrain trade

    • Foreign contractors allowed if statedin treaty or international or

    executive agreement

    • If joint venture, less than 75% isallowed if -• Structures to be built require

    techniques not possessed by 75%Filipinos

    • Not less than 25% Filipino

    39

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    40/99

    TECHNICAL ELIGIBILITY CRITERIA

     

    Previous contract

    Similar to the contract to be bid out (as defined by the BiddingDocuments)

    Completed within a period as defined by the Bidding Documents

    25% of the ABC (expendable supplies)

    50% of the ABC (non-expendable supplies)- Based on the value of the previous completed contract, as

    adjusted to current prices using the NSO consumer priceindex.

    For foreign funded procurement, a different track record may beagreed upon

    40

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    41/99

    TECHNICAL ELIGIBILITY CRITERIA

     

    GOODS SINGLE LARGEST CONTRACT

    General Rule Exceptions Then require the ff.:

    1. Expendable Supplies• 25% of the ABC

    2. Services and Non-expendable supplies• 50% of the ABC

    If, at the outset andafter market

    research, applying thegeneral rule willlikely result to:

    1. Failure of bidding;or

    2. Monopoly

    a) At least 2 similarcontracts aggregate

    amount at leastequivalent to requiredpercentage; and

    b) Largest of the similarcontracts amounts toat least 50% ofrequired percentage

    41

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    42/99

    TECHNICAL ELIGIBILITY CRITERIA

     

    GOODS SINGLE LARGEST CONTRACT (Illustration)

    Expendable Goods Non-expendable Goods

     ABC = P1,000,000

    GR: 25% of the ABC

    THUS: Previous contract should be at leastP250,000

    EXCEPTION: At least 2 similar contractsaggregate amount at least equivalent torequired percentage; and Largest of thesimilar contracts amounts to at least 50%

    of required percentage.

    THUS: 1st contract = P100,002nd contract = P200,00

     ABC = P1,000,000

    GR: 50% of the ABC

    THUS: Previous contract should be at leastP500,000

    EXCEPTION: At least 2 similar contractsaggregate amount at least equivalent torequired percentage; and Largest of thesimilar contracts amounts to at least 50% of

    required percentage.

    THUS: 1st contract = P300,0002nd contract = P400,00[

    42

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    43/99

    TECHNICAL ELIGIBILITY CRITERIA

     

    INFRASTRUCTURE PROJECTS SINGLE LARGEST

    CONTRACT

    Previous contract

    Similar to the contract to be bid out (having the same civil works

    components) 50% of the ABC

    - Based on the value of the previous completed contract, asadjusted to current prices using the NSO consumer priceindex.

    For foreign funded procurement, a different track record may beagreed upon

    43

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    44/99

    TECHNICAL ELIGIBILITY CRITERIA

     

    Construction experience/track record of a soleproprietor, cannot be carried over to a corporationdespite the fact that the sole proprietor ’s assets,

    personnel and other resources have been infused intothe corporation inasmuch as the latter has a separateand distinct juridical personality from the former.(NPM 31-2013)

    44

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    45/99

    FINANCIAL ELIGIBILITY CRITERIA

     

    FOR GOODS AND INFRASTRUCTURE

    PROJECTS:

    • Audited Financial Statement (showingprospective bidder’s  total and currentassets and liabilities. )

    •NFCC at least equal to ABC.

    45

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    46/99

    Net Financial Contracting Capacity (NFCC) =

    (current assets - current liabilities) (K) MINUS(outstanding, uncompleted portions under ongoingcontracts + contracts awarded but not yet started)

    (K) = 10 (contract is 1 year or less)

    15 (contract is more than 1 year to 2 years)

    20 (contract is more than 2 years)* The values of the bidder’s current assets and currentliabilities shall be based on the data submitted to the BIR,through its Electronic Filing and Payment System (EFPS)

    NFCC COMPUTATION

     

    46

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    47/99

    Participating bidder should be required to submit

    an NFCC that is at least equal to all the lots  to

    which it participated in, in order to establish the

    bidder   ’ s financial liquidity and absorptivecapacity in carrying out the contractual

    obligations required by the lots  to which it

    participated in. (NPM 76-2013)

    NFCC COMPUTATION or CLCAMOUNT 

    47

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    48/99

    Procuring entity shall indicate in the Bidding Documents at least2 acceptable forms of bid security, one of which should be the BidSecuring Declaration.

    In general, bank issued securities must be issued by a universalor commercial bank

    However, in biddings conducted by LGUs, securities may beissued by banks certified by BSP as authorized to issue saidinstruments

    Surety Bonds must be accompanied by certification fromInsurance Commission that issuer is authorized to issue suchsecurity

    BID SECURITY

     

    48

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    49/99

    BID SECURITY

     

    Form of Bid Security

    Amount

    Bid Security

    ( = ABC)

    a) Cash or cashier’s/manager’s

    check2%b) Bank guarantee/draft or

    Irrevocable LC

    c) Surety bond callable upondemand 5%

    d) Combination of theforegoing

    Proportionate to share of form with respect tothe total amount of security

    e) Bid Securing Declaration No percentage required

    49

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    50/99

    BID SECURITY

     

    50

    • For biddings conducted by LGUs , theBidder may also submit bid securities inthe form of cashier’s/manager’s check,

     bank draft/guarantee, or irrevocable letterof credit from other banks certified by theBSP as authorized to issue such financial

    statement.

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    51/99

    BID SECURING DECLARATION

     

    Bid Securing Declaration

    - an additional form of bid security

    - A document/undertaking signed by the biddercommitting to pay the corresponding fine  and besuspended for a period of time from being qualifiedto participate in any government activity in theevent of violation of any of the conditions stated

    therein as required by the GPPB Guidelines. (GPPBResolution No. 03-2012, 27 January 2012)

    51

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    52/99

    BID SECURING DECLARATION

     

    Penalties

    - Automatic blacklisting for 2 years in ALLgovernment procurement activities, and

    - Payment of fine

    • For multiple bidders: difference between theevaluated bid prices of LCRB/HRB with the nextLCRB/HRB.In case bidder is the LCRB/HRB, the amount

    shall be based on the difference between theevaluated bid price and ABC. • For a single bidder:   difference between the

    evaluated bid price and ABC.

    52

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    53/99

    Bids and bid securities (including bid securingdeclaration) shall be valid for a reasonable period asdetermined by the HOPE as indicated in the Bid Docs.

    Not to exceed 120 days

    If the period is extended, PE shall request in writingall those who submitted bids for such extension beforethe expiration date.

    NOTE: Bidders have a right to refuse to grant suchextension w/o forfeiting their bid security.

    BID VALIDITY PERIOD

     

    53

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    54/99

    Relatives within the third civil degree of the followingshall be disqualified:

    Head of the procuring entity

    Members of the BAC, Secretariat and TWG

    Head of the end-user unit or project managementoffice

    Project consultants

    DISCLOSURE OF RELATIONS

     

    54

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    55/99

      The firm that has been engaged to provide consulting services for

    the preparation or implementation of a project, and each of its

    affiliates, will be disqualified from subsequently providing goods,

    works, or services resulting from or directly related to the firm’s

    consulting services for such preparation or implementation.

    There is conflict of interest when the entity that prepared the

    plans/drawings likewise participates in the ensuing procurement

    activities for the Project. (NPM 10-2013)

    CONFLICT OF INTEREST 

    55

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    56/99

    CONTENTS:

    1. Financial Bid Form (includes bid prices and bill ofquantities, as well as applicable price schedules)

    2. In case of Goods, Certification from the DTI, SEC,or CDA, if claiming preference as Domestic Bidderor Domestic Entity

    3. Other documents required in the bidding

    documents

    VI. OPENING AND EVALUATION OF

    2

    ND

      ENVELOPE

     

    56

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    57/99

    Purpose is to determine the Lowest Calculated Bid(LCB), by:

    1. Establishing correct calculated prices of bids; and

    2. Ranking calculated total bid prices from lowest to

    highest

     A non-discretionary criterion shall be used, whichshall include consideration of:

    1. completeness of bids; and2. minor arithmetical corrections

    VII. DETAILED EVALUATION

    OF BIDS

     

    57

    VII DETAILED EVALUATION

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    58/99

    No Contact Rule - prohibition on communication w/ bidders frombid evaluation until award of contract.

    The “no contact”  rule applies only to those whose bids are being

    evaluated by the BAC after passing the preliminary examination.

    No communication should be made by bidders until a decision to

    award a contract is made by the BAC.

    Bidders who waived their right to utilize the protest mechanism or

    those whose request for reconsideration and/or protest weresubsequently denied are not covered by the prohibition under §32.1

    of RA 9184 IRR. (NPM 07-2013)

    VII. DETAILED EVALUATIONOF BIDS 

    58

    VII DETAILED EVALUATION

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    59/99

    Bid Evaluation shall not be more than 7 cd.

    In case of discrepancies, the ff. shall prevail:- words over figures

    - unit prices over total prices- actual sum of prices over total price- bill of quantities over detailed estimates

    Section 32.2.3(c) of the IRR states that where there is a

    discrepancy between the stated total price and the actualsum of prices of component items, the latter shall prevail.

    (NPM 51-2013)

    VII. DETAILED EVALUATIONOF BIDS 

    59

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    60/99

     

    Unless the ITB specifically allows partial bids, thosenot providing all required items shall be considerednon-responsive

    Placing no price is considered as non-responsive

    Specifying a “0” or “-” means it is offered for free

    VII. DETAILED EVALUATION

    OF BIDS

     

    60

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    61/99

     Applicable only for GOODS

     Applies where the lowest bid has a foreign component(foreign bid/entity) and the next lowest bid has adomestic component (domestic bidder/entity)

    Requires procuring entity to give preference todomestic bidder PROVIDED that:

    1. The lowest foreign bid is increased by 15%; and2. The lowest domestic bidder matches the lowest bid

    of the foreign bidder

    DOMESTIC PREFERENCE

     

    61

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    62/99

    DOMESTIC PREFERENCE

     

    SAMPLE COMPUTATION

    Lowest Calculated Bid Next Lowest Calculated Bid

    Foreign Bidder Domestic Bidder/Entity

    Bid 2,653,360.00 3,009,492.00% Preference x 15%

    398,004.00

    + 2,653,360.00

    Bid as increased 3,051,364.00 3,009,492.00

    Result

     Award to Domestic Bidder/Entity at 2,653,360.00, or Award to Foreign Bidder if Domestic Bidder/Entity

    refuses

    62

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    63/99

    To determine whether bidder with LCB complies withand is responsive to all requirements and conditionsof eligibility and the bidding of the contract  –   to bedeclared the Lowest Calculated and Responsive Bid

    (LCRB)

     A non-discretionary pass/fail criterion shall be usedto “Verify, Validate and Ascertain” all statements anddocuments (licenses, certificates, etc.)

    To be accomplished not more than 7 c.d. fromdetermination of LCB. (Exceptional cases not toexceed 30 c.d.)

    VIII. POST-QUALIFICATION

     

    63

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    64/99

    BAC will notify the Bidder with the Lowest CalculatedBid that it was determined as such.

    Within 3 c.d. from receipt of Notice, submit the ff:

    1. Latest Income and Business Tax Returns;2. Certificate of PhilGEPS Registration; and,

    3. Other appropriate Licenses and permits requiredby law and stated in the Bidding Documents.

    VIII. POST-QUALIFICATION

     

    64

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    65/99

    BAC shall recommend award of contract to theLOWEST CALCULATED AND RESPONSIVE BID(LCRB) at submitted price or calculated price ,whichever is lower.

    In case of approval by HOPE, Notice of Award shouldbe IMMEDIATELY issued by HOPE to the LCRB.(HOPE has 7 days to decide w/n to issue NOA)

    VIII. POST-QUALIFICATION

     

    65

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    66/99

    The three (3) calendar day period under §34.2 of theIRR is mandatory and should not be extended.

    In case PE accepts the post-qualification documentary

    requirements beyond the reglementary period, it must

    show that there is a compelling, sufficient, valid,

    reasonable, and justifiable cause for such extension, so

    that penal sanction or liability will not set in. Applicable

    administrative and civil sanctions or liabilities may also

    be imposed against the concerned officials. (NPM 27-2013)

    VIII. POST-QUALIFICATION 

    66

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    67/99

    PE may request for the submission of additional

    documents from the bidder in support of the information

    it has provided in the bidding documents.

    However, non-submission of the additional supporting

    documents requested cannot be a ground for thebidder ’s post-disqualification, as a bidder may be post-

    disqualified only upon ascertainment, validation, and

    verification of its non-compliance with the legal,

    technical, and financial requirements of the project asprovided in the bidding documents. (NPM 25-2013)

    VIII. POST-QUALIFICATION 

    67

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    68/99

    Should PE decides to extend the period, it must show

    and provide compelling, sufficient, valid, reasonable,

    and justifiable cause. Such valid justification, however,

    will only free officials from penal sanction or liability, but

    not from applicable administrative and civil sanctions orliabilities under existing laws, rules and regulations.

    (NPM 57-2013)

    VIII. POST-QUALIFICATION 

    68

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    69/99

    GROUNDS:

    1) No bids received

    2) Bids received but no one was eligible3) All bids failed to post qualify

    4) Someone post qualified but refused w/o justifiablecause to accept the award.

    FAILURE OF BIDDING 

    69

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    70/99

    EFFECTS:

    1) Mandatory review shall be conducted by BAC

    2) Based on findings, BAC shall: Revise terms, conditions, specificationsAdjust ABC, subject to required approvals

    3) Re-bidding

    4) Re-advertisement

    FAILURE OF BIDDING 

    70

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    71/99

      Contract shall be awarded to the bidder with the

    Lowest Calculated and Responsive Bid (LCRB) at itssubmitted price or total calculated bid price,whichever is lower

    Notice of Award (NOA) is issued by the HOPE

    NGAs and LGUs –  7 cd GOCCs and GFIs –  15 cd

    IX. AWARD OF CONTRACT 

    71

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    72/99

      NOA is subject to the following conditions:

    ◦ If joint venture, submission of JVA

    ◦ If foreign-funded and stated in treaty, international orexecutive agreement, PCAB License

    ◦ Posting of Performance Security◦ Signing of Contract (within 10 cd)

    ◦ If required, approvals by higher authority

    PROCUREMENT PROCESSFrom Opening of Bids to Award of Contract shall

    NOT EXCEED 3 MONTHS 

    IX. AWARD OF CONTRACT 

    72

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    73/99

    PERFORMANCE SECURITY 

    Posted by winning bidder upon signing of contract toguarantee performance of obligation, in such form andamount specified in the Bidding Documents.

    EFFECTS OF FAILURE TO POST:

    1. Ground for disqualification2. Next-ranked LCRB shall undertake post-

    disqualification3. Bid security shall be forfeited without prejudice to

    the imposition of sanctions

    73

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    74/99

    PERFORMANCE SECURITY 

    Submission by the winning bidder of a Performance Security inthe form of a personal check after the signing of the contractcould be considered as a failure to post the Performance Securityin the required form under §39.2 of the IRR and in the required

    period for posting under § 37.1.4(b) of the IRR.

    §4.1.5 of the Guidelines provides that the refusal or failure of acontractor to post the required Performance Security within theprescribed period is one of the grounds for blacklisting. (NPM 35- 2013)

    74

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    75/99

    PERFORMANCE SECURITY 

    Form of Performance Security

    Amount

    Performance Security

    ( equal to the Contract Price)

    a) Cash or

    cashier’s/manager’s check 5% (Goods ) & 10% (Infra)

    b) Bank guarantee/draft orIrrevocable LC

    c) Surety bond callable upon

    demand30%

    d) Combination of theforegoing

    Proportionate to share of form with respect tothe total amount of security

    75

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    76/99

    RESERVATION CLAUSE 

    HOPE reserves the right to:◦ Reject any and all bids;

    ◦ Declare a failure of bidding;

    ◦ Not award the contract.

    GROUNDS:1. Prima facie evidence of collusion;

    2. BAC is found to have failed in following the prescribed biddingprocedures;

    3. For justifiable reasons, the award of contract will not redound to thebenefit of the Government:

    Physical and economic conditions have significantly changed; Project is no longer necessary Source of funds for the project has been withdrawn/reduced.

    76

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    77/99

    NOTICE TO PROCEED 

    Issued to the successful bidder together with the copyof the approved contract within 3 cd from date ofapproval

    For infrastructure projects with ABC of 50M and

    below, the maximum period is 2 cd Contract effectivity date should be provided in the

    NTP, which should not be later than 7 cd from itsissuance

    BAC Secretariat should post a copy of the NTP andthe approved contract in the PhilGEPS or PE’s website within 15 cd from issuance of NTP

    77

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    78/99

    CONTRACT IMPLEMENTATION

    GUIDELINES FOR THE

    PROCUREMENT OF GOODS,

    SUPPLIES AND MATERIALS 

    78

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    79/99

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    80/99

    SUSPENSION OF WORK 

    PE may suspend the work wholly or partly by writtenorder for a certain period of time due to force majeureor fortuitous events.

    When the suspension order is lifted, or if the period ofthe order expires, the supplier or consultant shallresume work.

    80

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    81/99

    LIQUIDATED DAMAGES 

    When bidder fails to perform obligations within specifiedschedule, inclusive of duly granted time extensions, he shall beliable for damages and shall pay the PE liquidates damages.

    Bidder shall pay an amount equal to 1/10 of 1 of the cost of thecost of delayed goods scheduled for delivery for every day of delayuntil such goods are finally delivered and accepted by theprocuring entity.

    PE need not prove it incurred actual damages.

    81

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    82/99

    LIQUIDATED DAMAGES 

    Whichever is convenient to the procuring entity,amount shall be deducted from:1. any money due or which may become due to the

    supplier, or2. collected from any securities or warranties posted

    by the supplier,

    If sum of liquidated damages reach 10% of thecontract amount, PE shall automatically rescind thecontract.

    82

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    83/99

    ADVANCE PAYMENT 

    Made only after prior approval of the President.

    Single advance payment not to exceed 50% of thecontract for the following services:◦ Hotel and restaurant services

    ◦ Use of conference/seminar and exhibit areas◦ Lease of office space

     Advance payment not to exceed 15% allowed toaddress contingencies arising from natural or man-

    made calamities in areas where “state  of calamity” has been declared

    83

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    84/99

    ADVANCE PAYMENT 

    For goods, 10% of the contract price shall be paidwithin 60 days from signing of contract and uponsubmission of a claim and a bank guarantee.(Amended by M.O. 15, series of 2011)

    NOTE: Progress payments shall first be chargedagainst the advance payment until the latter is fullyexhausted. (UNLESS otherwise approved by the

    President)

    84

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    85/99

    CONTRACT IMPLEMENTATION

    GUIDELINES FOR THE

    PROCUREMENT OF

    INFRASTRUCTURE PROJECTS 

    85

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    86/99

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    87/99

    VARIATION ORDER 

    Conditions:

    1. Does not exceed 10% of the original contract price.

    2. Scope of works shall not be reduced to accommodate

    positive variation order.3. Any cumulative positive variation order beyond 10%

    of the original contract price shall be subject ofanother contract to be bid out if works are separable

    from the original contract.

    87

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    88/99

    VARIATION ORDER 

    For an increase/decrease in quantities of work to be covered by Variation Order, it should be:

    within the general scope of the Project as bid and awarded,

    due to the change of plans, design, or alignment to suit actualfield conditions resulting in disparity between thepreconstruction plans used for purposes of bidding and the “asstaked plans”  or the construction drawings prepared after the joint survey by the contractor and the government after award

    of contract. (NPM 56-2013)

    88

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    89/99

    ADVANCE PAYMENT 

    REQUIREMENTS:

    1. Written request of the contractor

    2. Submission of :

    a. an irrevocable standby letter of credit of equivalent valuefrom a commercial bank;

    b. bank guarantee,; or

    c. surety bond

    3. Amount not to exceed 15% of the contract price

    4. Amount shall be repaid by the contractor

    89

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    90/99

    ADVANCE PAYMENT 

    Section 4 of the Contract Implementation Guidelinesfor the Procurement of Infrastructure Projects(Guidelines) under Annex “ E   ”   of the revisedImplementing Rules and Regulations (IRR) of

    Republic Act (RA) No. 9184

    The President approved an advance payment notexceeding fifteen percent (15%) of the total contractprice, provided that requirements under Section 4 of

    the Guidelines are complied with. (NPM 12-2013)

    90

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    91/99

    ADVANCE PAYMENT 

     Advance payment in case of infrastructure projects may begranted by the procuring entity upon compliance with theconditions provided in Section 4 of the Guidelines and only forthe purpose of mobilization.

    Thus, if the contractor has already mobilized its equipment andhas commenced with the required works under the contract,advance payment can no longer be provided as doing so alreadynegates the very purpose of granting such privilege to thecontractor. (NPM 56-2013)

    91

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    92/99

    PROGRESS PAYMENT 

    Payments made by the Procuring Entity to thecontractor for portions of the work done.

    Contractor may submit:

    1. A statement of works accomplished (SWA) or progress billing

    2. Request for progress payment for the work accomplished inamounts the contractor considers itself to be entitled to.

    92

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    93/99

    PROGRESS PAYMENT 

    The procuring entity shall deduct the following from thecertified gross amounts to be paid to the contractor asprogress payment:

    1. Cumulative value of the work previously certified and paid for.

    2. Portion of the advance payment to be recouped for the month.3. Retention money in accordance with the condition of contract.

    4. Amount to cover third party liabilities.

    5. Amount to cover uncorrected discovered defects in the works

    93

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    94/99

    RETENTION MONEY 

    Progress payments are subject to retention of ten percent (10%)referred to as the "retention money.“ This is to cover uncorrecteddefects after each progress billing.

    It shall be based on the total amount due to the contractor priorto any deduction and shall be retained from every progresspayment until fifty percent (50 ) of the value of works, asdetermined by the procuring entity, are completed.

    94

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    95/99

    RETENTION MONEY 

    SUBSTITUTE FOR RETENTION MONEY:

    (  provided that the project is on schedule and is satisfactorily undertaken)

    1. Irrevocable letter of credit from commercial bank

    2. bank guarantee or surety bond callable on demand.

    *Valid for a duration determined by PE

    No more retention if:

    - work is satisfactorily done- work is on schedule

    95

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    96/99

    LIQUIDATED DAMAGES 

    When contractor fails to perform obligations withinspecified contract time, inclusive of duly granted timeextensions, he shall be liable for damages and shallpay the PE liquidates damages equal to at least one

    tenth (1/10) of one (1) percent of the cost of the

    unperformed portion  of the works for every day .ofdelay

    If sum of liquidated damages reach 10% of the

    contract amount, PE shall automatically rescind thecontract.

    96

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    97/99

    SUSPENSION OF WORK 

    Contractor or its duly authorized representative shall have the rightto suspend work operation fifteen (15) calendar days from date ofreceipt of written notice from the contractor to the districtengineer/regional director/consultant or equivalent official, due to

    the following:

    1. There exist right-of-way problems.

    2. Requisite construction plans which must be owner-furnished arenot issued to the contractor.

    97

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    98/99

    SUSPENSION OF WORK 

    3. Peace and order conditions certified in writing by the PhilippineNational Police (PNP) and confirmed by the Department ofInterior and Local Government (DILG) Regional Director.

    4. Failure on the part of the procuring entity to delivergovernment-furnished materials and equipment

    5. Delay in the payment of contractor's claim for progress billingbeyond forty-five (45) calendar days from the time thecontractor's claim has been certified

    98

  • 8/17/2019 03 Bidding Procedure for Goods and Infra

    99/99

     

    THANK YOU!!

    Contact us:

    Unit 2506 Raffles Corporate CenterF. Ortigas Road, Ortigas Center

    Pasay City, Philippines 1605

    TeleFax: (632)900-6741 to 44