Professional Documents
Culture Documents
III
AUDIT GROUP ________ AUDIT TEAM__________
_________________________
(Official Station of the ATL)
AUDITORIAL CONTRACT REVIEW ANALYSIS SHEET (ACRAS) FOR INFRASTRUCTURE PROJECTS
Public Bidding
(Updated as of November, 2016)
Date Prepared:
B. AUDIT ANALYSIS:
Yes No Date Remarks
B.1. Procurement project included in the Project
Procurement Management Plan (PPMP)
B.2. Procurement project included in the Annual
Procurement Plan (APP):
B.2.1 Indicative APP
B.2.2 Final APP
B.3. Final APP match the budget per GAA,
corporate budget, appropriation ordinance,
as the case may be.
B.4. Final APP submitted in the GPPB on or before the end of
January of the budget year and posted in the GPPB Website
B. AUDIT ANALYSIS:
Yes No Date Remarks
B.1. Approved Design Plans prepared in a manner satisfactory
to carry out accurate design, permit quantity estimates and
complete structure plans that can be set out and constructed
B.2. Approved Technical Specifications complete
B.3. Approved Program of Work in accordance with the
standard forms and DPWH standards
B.4. Approved Budget for Contract (ABC) prepared
in prescribed form? Does match with Detailed Quantity
and Cost Estimates and Program of Works
B.5. Procurement use the Standard Philippine Bidding Documents,
5th Edition dated August, 2016, containing the following:
Section I. Invitation to Bid (IB)
Section II. Instruction to Bidders (ITB)
Section III. Bid Data Sheet (BDS)
Section IV. General Conditions of Contract (GCC)
Section V. Special Conditions of Contract (SCC)
Section VI. Specifications
Section VII. Drawings
Section VIII. Bill of Quantities
Section IX. Bidding Forms
Section IX. Foreign-Assisted Projects
8. Project Requirements:
8.1. Organizational chart for the contract to be bid;
8.2. List of contractor’s personnel (viz, Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be
assigned to the contract to be bid, with their complete
qualification and experience data
8.3. List of contractor’s major equipment units, which
are owned, leased, and/or under purchase agreements,
supported by proof of ownership or certification of availability
of equipment from the equipment lessor/vendor for the
duration of the project, as the case may be; and
A. DOCUMENTS NEEDED:
A.1. Invitation of three(3) obsevers in writing, at least Present Absent Date Remarks
5 calendar days before procurement activity.
(Section 13 of the 2016 Revised IRR)
a. COA Representative
Date received :
b. Duly recognized private group
Date received :
c. Non-Government Organization (NGO)
Date received :
A.2. Subimission of additional requirements within 5 cd from
receipt by the bidder of the notice from the BAC that the
bidder has the LCB as follows: (Section 34.8 of the 2016 Revised IRR)
For PhilGeps Platinum Registration
a) Latest income and business tax returns
b) Other appropriate licenses and permits required by law
and stated in the Bidding Documents.
Uploaded and maintain in the PhilGeps
(Section 8.5.2 of the 2016 Revised IRR)
a) Registration Certificate;
b) Mayor’s/Business Permit or its Equivalent Document;
c) Tax Clearance;
d) PCAB license and registration; and
e) Audited Financial Statements.
For PhilGeps Blue Registration Present Absent Date Remarks
(GPPB CIRCULAR 03-2016 dated Oct. 27, 2016
until April 30, 2017)
a) Registration Certificate;
B. AUDITORIAL ANALYSIS:
B.1 LCB submitted the additional document within the
required time
B.2. BAC completed the Post Qualification within required
time
B.3. TWG Post Qualification Evaluation Report contained the
verification, validation and ascertaining all the statements made
and documents submitted by the bidder with the LCB on the
following:
1. Authenticity of the document submitted
2. All on-going and completed projects
a. Negative slippage of at least 15% in any one project
or a negative slippage of at least 10% in each of two (2)
or more contracts;
b. Failure of the contractor to commence repair works on
ongoing contracts within 7 calendar days and to complete
within 30 calendar days after receipt of the notice of
defects and deficiencies;
c. Failure of the contractor to commence repair works on
contracts with pending certificates of acceptance within
30 calendar days and complete them within 90 days
after receipt of the notice of defects and failures;
d. Substandard quality of work as per contract plans and
specifications, or unsatisfactory performance of the
contractor’s obligations as per contract terms and
conditions, at the time of inspection.
3. Key personnel to be used in the project
4. Equipment to be used in the project
5. Bid Security as to type, form and wording, validity period
6. Compliance with the financial requirements
B.4. TWG properly presented the Post Qualification
Evaluation Reports to the BAC
B.5. BAC adopt and confirm the TWG Post Qualification
Evaluation Report and declaring the LCRB
8. Award of Contract: within a period not exceeding fifteen (15) cd from the
determination by the BAC of the bidder with the LCRB and the
recommendation to award the contract (Section 37.1.2. of the 2016 Revised IRR)
9. Contract Preparation and Signing : within ten (10) calendar days from
receipt by the winning bidder of the NOA. (Section 37.2. of 2016 Revised IRR)
Findings/Observations:
Date : Date :