Professional Documents
Culture Documents
THE PROCUREMENT
OF GOODS AND
INFRASTRUCTURE PROJECTS
1
PROCUREMENT STANDARD
2
Objectives of Competitive Bidding
3
WHAT IS COMPETITIVE BIDDING?
4
STANDARDIZED BIDDING PROCEDURE FOR
GOODS AND INFRA
Pre-Procurement Pre-Bid
Advertisement
Conf. Conference
Opening of
Submission of Opening of 2nd
1st Env. - Eligibility
Bids Envelope – Financial
Docs & Technical
Proposal
Proposal
5
I. PRE-PROCUREMENT CONFERENCE
6
PRE-PROCUREMENT
CONFERENCE (Sec. 20)
Objective
•Ensure project is in accordance with the project and included in the approved
Annual Procurement Plan (APP) of the PE.
•Confirm the description and scope of the contract, the approved budget for the
contract (ABC) and contract duration.
9
II. ADVERTISEMENT/POSTING OF THE
INVITATION TO BID
Importance:
10
II. ADVERTISEMENT/POSTING OF THE
INVITATION TO BID
At least once in one (1) newspaper of general nationwide
circulation, which has been regularly published for at
least two (2) years before advertisement date.
• PhilGEPS
• website of the PE, if any.
• website of IFI, if applicable.
• At any conspicuous place in the premises of the
PE.
12
II. ADVERTISEMENT/POSTING OF THE
INVITATION TO BID
2M (10M) for
Above 2M (10M)
Goods/ 5M (15M)
Medium for Goods/
for Infra
5M (15M) for Infra
and below
Newspaper of General Nationwide
Circulation
PhilGEPS website
PE’s Website, if available
Conspicuous Place
Website prescribed by the foreign
government/foreign or international
funding institution, in case of foreign
funded procurement
13
Sale of Bidding Documents
GPPB Resolution 04-2012 dated 24 February 2012
14
III. PRE-BID CONFERENCE
15
III. PRE-BID CONFERENCE
PERSONS INVOLVED
17
III. PRE-BID CONFERENCE
18
III. PRE-BID CONFERENCE
19
CLARIFICATION OF BIDDING
DOCUMENTS
Supplemental/Bid Bulletins– issued by BAC to answer
requests for clarification (query submitted 10 cd before
deadline) or interpretation, and upon BAC’s initiative to
clarify or modify any provision of Bidding Docs. (at least
7 cd before deadline for bids).
21
IV. SUBMISSION AND
RECEIPT OF BIDS
Re-scheduling of bid opening (due to justifiable reasons,
i.e lack of quorum, cancellation of office work due to bad
weather)
Observers from the COA and CSOs are invited at least 3 five (5) CD
before the activity
23
IV. SUBMISSION AND
RECEIPT OF BIDS
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 the
Invitation to Bid. Bids submitted after the deadline should not be accepted.
Date of submission should not be later than the following period from the
last day of posting of the Invitation to Bid (Sec. 25.4) (Sec. 25.5, 2016 IRR of
RA 9184)
24
V. OPENING AND EVALUATION OF
1ST ENVELOPE
CONTENTS:
1. Eligibility requirements
2. Bid Security
3. Technical specifications (Goods) / Project
requirements (Infra)
4. Omnibus sworn statement
Non-inclusion in blacklist Responsibilities of bidders
Authenticity of documents Labor laws and standards
Verification authority Non-payment (directly or
indirectly) any commission,
Signatory’s authority
amount, fee, or any form of
Disclosure of relations consideration in relation to any
procurement project or activity
25
V. OPENING AND EVALUATION OF
1ST ENVELOPE
26
V. OPENING AND EVALUATION OF
1ST ENVELOPE
27
ELIGIBILITY REQUIREMENTS
29
ELIGIBILITY REQUIREMENTS
GOODS INFRASTRUCTURE
Class A Documents
1. DTI/SEC/CDA Registration 1. DTI/SEC/CDA Registration
2. Mayor’s permit or equivalent 2. Mayor’s permit or equivalent
document for Exclusive Economic document for Exclusive Economic
Zones or Areas Zones or Areas
3. Tax clearance per Executive 3. Tax clearance per Executive
Order 398, series of 2005, as finally Order 398, series of 2005, as finally
reviewed and approved by the reviewed and approved by the
BIR. BIR.
4. Statement of ongoing contracts. 4. Statement of ongoing contracts.
5. Statement of SLCC 5. Statement of SLCC
30
ELIGIBILITY REQUIREMENTS
GOODS INFRASTRUCTURE
Class A Documents
6. Audited financial statement 6. PCAB license and registration.
7. NFCC computation or committed 7. Audited financial statement
Line of Credit*
8. NFCC*
Class B Document
JVA or notarized statement from In case of JV, JVA entered into by
the partners that they will enter the parties.
into joint venture if awarded the
contract.
31
MAYOR’S PERMIT
32
STATEMENT OF ON GOING AND
COMPLETED CONTRACTS
Statement of the prospective bidder of all its ongoing
government and private contracts, including contracts
awarded but not yet started, if any, whether similar or not
similar in nature and complexity to the contract to be bid.
(Sec. 23.1(a)(iv), IRR of RA 9184)
34
ELIGIBILITY REQUIREMENTS FOR
FOREIGN BIDDERS
In the case of foreign bidders, appropriate equivalent
documents issued by the country of the foreign bidder
under Class “A” Documents shall be submitted, provided
that:
The documents are in English, or
If the documents submitted are in a foreign language
other than English, it must be accompanied by a
translation of documents in English by any of the
following:
a) relevant foreign government agency;
b) the foreign government agency authorized to
translate documents, or
c) a registered translator in the foreign bidder’s
country.
35
ELIGIBILITY REQUIREMENTS FOR
FOREIGN BIDDERS
Shall be authenticated by the appropriate Philippine
foreign service establishment/post or the equivalent
office having jurisdiction over the foreign bidder’s affairs
in the Philippines.
36
ELIGIBILITY REQUIREMENTS FOR
FOREIGN BIDDERS
TAX CLEARANCE FOR FOREIGN BIDDERS
NPM 02-2013
37
ELIGIBILITY REQUIREMENTS FOR
GOVT. CORPORATE ENTITIES
38
ELIGIBILITY REQUIREMENTS FOR
JOINT VENTURES
INFRASTRUCTURE
GOODS
PROJECTS
WITH AN EXISTING JOINT VENTURE: JV bidders shall submit a
submission of a valid joint venture JVA in accordance with
agreement R.A. 4566 and its IRR.
WITHOUT AN EXISTING JOINT *Submission of a duly
VENTURE: submission by each of the notarized statement is
potential JV members of a duly notarized not applicable.
statement stating that they will enter into
and abide by the provisions of the joint
venture in case their bid is successful.
Failure to enter into a joint venture in the event
of a contract award shall be ground for the
forfeiture of the bid security. (Sec. 23.1(b),
2016 IRR of RA 9184)
39
ELIGIBILITY REQUIREMENTS FOR
JOINT VENTURES
40
ELIGIBILITY REQUIREMENTS FOR
JOINT VENTURES
• 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”.
NPM 17-2013 41
LEGAL ELIGIBILITY CRITERIA
GOODS INFRASTRUCTURE
42
TECHNICAL ELIGIBILITY CRITERIA
Previous contract
44
TECHNICAL ELIGIBILITY CRITERIA
GOODS – SINGLE LARGEST CONTRACT (Illustration)
Expendable Goods Non-expendable Goods
ABC = P1,000,000 ABC = P1,000,000
THUS: Previous contract should be at least THUS: Previous contract should be at least
P500,000
P250,000
EXCEPTION: At least 2 similar contracts
EXCEPTION: At least 2 similar contracts aggregate amount at least equivalent to
aggregate amount at least equivalent to required percentage; and Largest of the similar
required percentage; and Largest of the contracts amounts to at least 50% of required
similar contracts amounts to at least 50% of percentage.
required percentage.
THUS: 1st contract = P300,000.00
THUS: 1st contract = P100,000.00 2nd contract = P400,000.00
2nd contract = P200,000.00
45
TECHNICAL ELIGIBILITY CRITERIA
Previous contract
Similar to the contract to be bid, except under conditions
provided for in Sec. 23.5.1.3 Sec. 23.4.1.3 of the IRR
50% of the ABC
- Based on the value of the previous completed
contract, as adjusted to current prices using the NSO
PSA consumer price index.
For foreign funded procurement, a different track record
may be agreed upon
46
TECHNICAL ELIGIBILITY CRITERIA
Exception:
Contractors under Small A and Small B categories without
similar experience on the contract to be bid may be allowed to
bid if the cost of such contract to be bid is not more than the
Allowable Range of Contract Cost (ARCC) of their
registration based on the guidelines as prescribed by the
PCAB.
A contract shall be considered “similar” to the contract to be
bid if it has the same major categories of work. The PE may
clarify in the Bidding Documents what is regarded as major
categories of work.
47
FINANCIAL ELIGIBILITY CRITERIA
48
NFCC COMPUTATION
49
CREDIT LINE COMMITMENT
NPM 76-2013
52
BID SECURITY
54
BID SECURITY
Amount
Form of Bid Security Bid Security
(% = ABC)
a) Cash or cashier’s/manager’s check
b) Bank guarantee/draft or 2%
Irrevocable LC
c) Surety bond callable upon
5%
demand
d) Combination of the foregoing Proportionate to share of form
with respect to the total
amount of security
d) Bid Securing Declaration No percentage required
55
BID SECURING DECLARATION
56
BID SECURING DECLARATION
Conditions
The Bid Securing Declaration shall be enforced when the
bidder commits any act resulting to the forfeiture of bid
security under:
58
DISCLOSURE OF RELATIONS
59
VI. OPENING AND EVALUATION OF 2ND
ENVELOPE
CONTENTS:
60
VII. DETAILED EVALUATION
OF BIDS
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
61
Bid Evaluation
(b) total prices and unit prices, the latter shall prevail;
(c) unit cost in the detailed estimate vs. unit cost in the
Agency
Information
System Plan
1. Hardware 13,499,244.32 12,088,044.23 13,440,153.20
Components
Refurbishment of
Conference
Room
1. 24-seater 199,244 188,044 190,153
Conference Table
The “no contact” rule applies only to those whose bids are
being evaluated by the BAC after passing the preliminary
examination until the issuance of Notice of Award.
66
DOMESTIC PREFERENCE
67
DOMESTIC PREFERENCE
SAMPLE COMPUTATION
Next Lowest Calculated
Lowest Calculated Bid
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
68
VIII. POST-QUALIFICATION
69
VIII. POST-QUALIFICATION
70
VIII. POST-QUALIFICATION
If the BAC verifies any of these deficiencies to be due to the bidder's fault or
negligence, the BAC shall disqualify the bidder from the award, for the
procurement of Goods. (Sec. 34.3(b), 2016 IRR of RA 9184)
72
VIII. POST-QUALIFICATION
74
VIII. POST-QUALIFICATION
75
RECOMMENDATION FOR AWARD
76
FAILURE OF BIDDING
GROUNDS:
1) No bids received
2) Bids received but no one was eligible
3) All bids failed to post qualify
4) Someone post qualified but refused w/o justifiable
cause to accept the award.
77
FAILURE OF BIDDING
EFFECTS:
78
RESERVATION CLAUSE
HOPE reserves the right to:
◦ Reject any and all bids;
◦ Declare a failure of bidding;
◦ Not award the contract.
(Sec. 41, IRR of RA 9184)
GROUNDS:
1. BAC is found to have Prima facie evidence of collusion;
2. have failed in following the prescribed bidding procedures;
3. For justifiable reasons, the award of contract will not redound to the
benefit 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.
79
IX. AWARD OF CONTRACT
80
IX. AWARD OF CONTRACT
81
IX. AWARD OF CONTRACT
PROCUREMENT PROCESS
From Opening of Bids to Award of Contract shall
NOT EXCEED 3 MONTHS
82
PERFORMANCE SECURITY
83
PERFORMANCE SECURITY
Amount
Form of Performance Security Performance Security
(% equal to the Contract Price)
a) Cash or cashier’s/manager’s
check
5% (Goods ) & 10% (Infra)
b) Bank guarantee/draft or
Irrevocable LC
c) Surety bond callable upon
demand 30%
d) Combination of the foregoing Proportionate to share of form
with respect to the total amount of
security
84
NOTICE TO PROCEED
85
Contract Warranties (Sec. 62)
86
RETENTION MONEY
Note: 5th Edition PBD Goods on page 54 GCC Clause 10.1 Payment, 10% retiontion
should read 1% to conform with GCC Clause 17.3 retention fee under Warranty.
87
Contract Warranties (Sec. 62)
Warranty – Procurement of Goods (Sec. 62.1)
For Infra:
a)Permanent Structures: Fifteen (15) years
Building of types 4 and 5, steel and concrete bridges,
flyovers, concrete aircraft movement areas, ports, dams,
diversion tunnels, causeways, wharves, piers, dikes,
filtration and treatment plants, sewerage systems, power
plants, transmission and communication towers, railway
system, and other similar structures
90
Contract Warranties (Sec. 62)
91
Warranty Period
1 Year 2 to 15 Years
Project Final
Completion Acceptance
92
LIQUIDATED DAMAGES
93
PERIOD OF ACTION ON PROCUREMENT ACTIVITIES (Earliest / Latest)
ACTIVITIES GOODS INFRA (ABC 50M & below) INFRA (ABC above 50M)
ADVERTISEMENT Day1 (7 CD) Day 1 (7 CD) Day 1 (7 CD)
(Optional if ABC >P2M) (Optional if ABC >P5M) (Optional if ABC >P5M)
DEADLINE OF SUBMISSION Day 20/ Day 52 Day 20/ Day 57 Day 20/ Day 72
& RECEIPT OF BIDS/ (45 CD fr. last day of adv.) (50 CD fr. last day of adv.) (65 CD fr. last day of adv.)
BID OPENING
BID EVALUATION Day 21/ Day 59 Day 21/ Day 64 Day 21/ Day 79
(7 CD from Bid Opening) (7 CD from Bid Opening) (7 CD from Bid Opening)
POST-QUALIFICATION Day 22-23/ Day 60-104 Day 22-23/ Day 65-109 Day 22-23/ Day 80-124
(PQ Requirements for submission (Max of 45 CD for activity) (Max of 45 CD for activity) (Max of 45 CD for activity)
within 5CD from receipt of notice)
APPROVAL OF RTA/ Day 24/ Day 105-119 Day 24/ Day 110-124 Day 24/ Day 125-139
ISSUANCE OF NOA (Max of 15 CD for activity) (Max of 15 CD for activity) (Max of 15 CD for activity)
CONTRACT PREP.& SIGNING Day 25/ Day 120-129 Day 25/ Day 125-134 Day 25/ Day 140-149
(Max of 10 CD for activity) (Max of 10 CD for activity) (Max of 10 CD for activity)
APPROVAL OF CONTRACT BY 20 -30 CD (if needed) 20-30 CD (if needed) 20-30 CD (if needed)
HIGHER AUTHORITY
ISSUANCE OF NTP Day 26/ Day 130-136 Day 26/ Day 135-141 Day 26/ Day 150-156
(w/in 7CD fr Contract (w/in 7CD fr. Contract approval) (w/in 7CD fr. Contract
approval) approval)
95
THANK YOU!!
Contact us:
TeleFax: (632)900-6741 to 44
96