Dennis S. Santiago Executive Director Department of Budget

Similar documents
Philippine Consulate General New York

DESIGN AND BUILD OF INFRASTRUCTURE PROJECT

Bidding Documents for

Guidebook for R&D PROCUREMENT

PROPOSED PHSA BAY CAMPUS SITE DEVELOPMENT UNDER THE 2017 GENERAL FUND

BIDS AND AWARDS COMMITTEE

development academy of the philippines B I D S & A W A R D S C O M M I T T E E (SO NO )

Bid Data Sheet. Southern Leyte State University Sogod Campus. The identification number of the Contract is: PB-2017-IP-01

REQUEST FOR QUOTATION

THE 2016 REVISED IMPLEMENTING RULES AND REGULATIONS OF REPUBLIC ACT NO. 9184, OTHERWISE KNOWN AS THE GOVERNMENT PROCUREMENT REFORM ACT

BIDS AND AWARDS COMMITTEE 3 University of the Philippines Manila P. Faura St. corner Ma. Orosa St., Ermita, Manila Telefax #

Lack of implementing rules and regulations governing procurement of foreignfunded

Procurement Capacity Assessment Report and Recommendations

AFP Retirement and Separation Benefits System 424 Capinpin Avenue, Camp General Emilio Aguinaldo, Quezon City

INSTRUCTION TO BIDDERS AND TERMS & CONDITIONS OF SALE

PREPARATORY SURVEY FOR EXPRESSWAY PROJECTS IN MEGA MANILA REGION. NAIA EXPRESSWAY PROJECT (Phase II) FINAL REPORT APPENDIX-I DRAFT BID DOCUMNTS

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

DEPARTMENT ORDER NO (Series of 2002) RULES IMPLEMENTING ARTICLES 106 TO 109 OF THE LABOR CODE, AS AMENDED

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

CHECKLIST AND SAMPLE FORMS

CHECKLIST 3: EA INTERNATIONAL COMPETITIVE BIDDING PROCUREMENT CHECKLIST

NEPAL DOORSANCHAR COMPANY LIMITED Wireline and Customer Service Directorate Chhauni, Kathmandu

ANNEX VIII b STANDARD FORMATS AND TEMPLATES

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

INVITATION TO BID Civil Works of Rehabilitation/Construction of Health Facilities under TB Grant in different States in Sudan ITB/KRT/GF/17/039


Procurement of Works & User s Guide

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

BANTAY LANSANGAN: ROAD SECTOR REPORT CARD (09 Nov 06)

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

INVITATION TO BID ITB 136/17 REHABILITATION OF 5 WAREHOUSES & REHABILITATION OF TIERS AND BATTERIES - NINAWA GOVERNORATE IRAQ

Procurement of Small Works

Procurement of Works & User s Guide

Provision of Janitorial & Related Services

Title IV. Revenue & Finance

INVITATION TO BID. ITB/KRT/15/032 UNDP, Sudan

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited

TENDER NO KRC/2017/321

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM.

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

INVITATION TO BID. Tender for Long Term Agreement with UNDP Bougainville Project/ Sub Office on Supply of Printing Services

(e-procurement System)

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

4. A bid Security of US $1, must be submitted along with the bid.

!!" #$!%&#!" ' (& ')*+!"

Construction of MLD Water Treatment Plant at Taba LAP

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

INVITATION TO BID ITB-01-10/16

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

Procurement of Goods

INVITATION TO BID. Expansion of a Solar Net Metering System for the United Nations Office in Sri Lanka. (ITB/UN/CO/Solar/2017)

Development Credit Agreement

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Section 2: Instruction to Bidders

Telephone Nos. (671) /55 or Facsimile (671)

the successful Bidder, all the attached documents thereto, including the General Terms and Conditions (GTC) and the Appendices.

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

FACILITIES CONSTRUCTION (LEGAL)

SECTION INSTRUCTIONS TO BIDDERS

INVITATION TO BID. Project N Strengthening of the Coastal Marine Protected Areas System of Venezuela

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

Instructions to Bidders DATA SHEET

INVITATION TO BID (ITB) BID DOCUMENT

IMPROVING SOLID WASTE MANAGEMENT AND INCOME CREATION IN HOST COMMUNITIES- REHABILITATION OF AL EKAIDER LANDFILL INVITATION TO BID ITB 2017/2

Tax brief. March BIR Issuances. 03 BIR Rulings. 05 PCC Issuances. 06 SEC Opinions. 07 CTA Decisions

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

Request for Sealed Quotations for Goods

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

GOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Instruction To Bidders and Terms & Conditions of Sale

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Evaluating tenders offers

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REVENUE REGULATIONS NO

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

A. For the purposes of this Part, the following words and terms shall have the following meanings:

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

June 2017 BIDDING PROCEDURES No. 90

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

Transcription:

Dennis S. Santiago Executive Director Department of Budget 2015 PASIAWorld Annual Conference 2020 Vision: Competitive Procurement, Logistics and Supply Chain

Understanding Government Contracting: The Philippine Context

Republic Act No. 9184 Government Procurement Reform Act (2003) An Act Providing for the Modernization, Standardization and Regulation of the Procurement Activities of the Government and for Other Purposes

Government Procurement Reform Act (GPRA) Governing Principles GPRA

Key Features Competitive Bidding as Primary Mode of Procurement. Shift from Pre-Qualification Regime to Simplified Eligibility Checking and Strengthened Post- Qualification. Use of Non-Discretionary Pass/Fail Criterion.

Key Features Use of the Approved Budget for the Contract (ABC) as Ceiling for Bid Prices. Use of Standardized Philippine Bidding Documents (PBDs), Generic Procurement Manuals (GPMs) and Local Government Procurement Manual (LGPM). Creation of a procurement policy oversight body Government Procurement Policy Board.

Key Features Use of the Lowest Calculated and Responsive Bid for goods, supplies, materials and related services; and Highest Rated and Responsive Bid for consulting services. Allowance of Centralized or Decentralized Procurement. Introduction of a Protest Mechanism. Participation of Observers.

Key Features Philippine Government Electronic Procurement System (PhilGEPS) PhilGEPS shall serve as the primary and definitive source of information on all government procurement. Utilized for the procurement of common-used supplies Features of the PhilGEPS a) Electronic Bulletin Board b) Registry of Manufacturers, Suppliers, Distributors, Contractors and Consultants c) Electronic Catalogue (Common-Use Supplies) d) Virtual Store e) Electronic Payment f) Electronic Bid Submission

Procurement of Goods and Works

Philippine Procurement Paradigm HOPE BAC BAC Sec Budget Assess Review studies Consolidate into APP Decide procurement method Approve APP Determine readiness Post/Advertise opportunity Open and evaluate bids Post-qualify Award and enter into contract Selection HOPE BAC TWG BAC Sec End User End User Identify Cost-benefit analysis Feasibility study Market study PPMP Oversee implementation Inspect and accept deliveries Release payment Implement NEEDS SATISFACTION

Procurement Standard All Procurement shall be done through Competitive Bidding except as provided in RA 9184. Resort to Alternative Methods shall be made only in highly exceptional cases.

Standardized Bidding Procedures for Goods and Works Procurement Pre-Procurement Conf. Advertisement Pre-Bid Conference Submission of Bids Opening of 1 st Env. - Eligibility Docs & Technical Proposal Opening of 2 nd Envelope Financial Proposal Bid Evaluation & Ranking Post-qualification Award of Contract

Pre-Procurement Conference Undertaken prior to Advertisement of Invitation to Bid. To be attended by: BAC, Secretariat, consultants and relevant officials General purpose: Determine readiness of procurement and criteria. Not required for Goods costing P2M and below (small procurements)

Bidding Documents Prepared by the PE (End-User, Consultant, BAC Sec., etc.) Bid Docs Include the following: a. Approved Budget for the Contract (ABC); b. Invitation to Bid c. Eligibility Requirements; d. Instructions to Bidders, including: i. Scope of Bid; ii. Documents comprising the bid; iii. Criteria for eligibility; iv. Bid evaluation methodology/criteria; v. Post-qualification; vi. Date, time and place of the pre-bid conference, submission of bids and opening of bids;

Bidding Documents BAC shall make the Bidding Documents available from the time the Invitation to Bid is first advertised/posted until the deadline for the submission and receipt of bids. Posted at PE and PhilGEPS website from the time that the Invitation to Bid is advertised. Bidders may be asked to pay for the Bidding Documents to recover cost for preparation. Bid docs may be downloaded from PE and PhilGEPS website and paid at the time of the submission of bid.

Sale of Bidding Documents Standard Rates (Public Bidding or Alternative Methods) - GPPB Resolution No. 04-2012, 24 February 2012 ABC Maximum Cost of Bidding Documents (PhP) 500,000 and below 500.00 >500,000 to 1M 1,000.00 >1M to 5M 5,000.00 >5M to 10M 10,000.00 >10M up to 50M 25,000.00 >50M to 500M 50,000.00 >500M 75,000.00

Advertisement of 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. 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.

Advertisement of Invitation to Bid Medium Above 2M/5M 2M/5M 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

Advertisement/Posting of Invitation to Bid Contents of the Invitation to Bid: Name and brief description of the goods Criteria used for bid examination and evaluation, post-qualification and award of contract Date, time and place of the ff.: i. Submission, receipt, opening and examination of bids; and ii. Pre-bid conference ABC and source of funding Period of availability and price of the bid docs, place where the bid docs may be secured and websites where the bid docs may be downloaded Name, address, tel. and fax numbers, e-mail and website addresses of the procuring entity concerned Other relevant information

Advertisement of Invitation to Bid Period between last day of Advertisement of Invitation to Bid and Opening of Bids: Invitation to Bid should specify the APPROVED BUDGET for the contract and the source of funding. ABC shall be the upper limit/ceiling for bid prices.

Pre-Bid Conference At least 1 Pre-Bid conference for bids with ABC of P1M or more. Discretionary for bids costing less than P1M Held at least 12 c.d. before deadline for Submission of Bids

Pre-Bid Conference Attendance of Bidder is not necessary. At the option of the PE, only those who purchased bidding docs shall be allowed to participate in the pre-bid conference. Minutes shall be made available to all bidders not later than 3 c.d. after the Pre-Bid Conference.

Clarification of Bidding Documents Supplemental/Bid Bulletins issued by BAC to answer requests 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). Supplemental/Bid Bulletins posted in PhilGEPS and PE s website, if any.

OPENING OF BIDS Two-Envelope System 1 st Envelope - Eligibility Req. & Technical Component 2 nd Envelope Financial Component Submitted to the BAC on the date, time, and place specified in the Invitation to Bid and bidding documents. Date of submission should bot be later than the following period from the last day of posting of the Invitation to Bid:

Opening of Bids Bids submitted after the deadline shall be considered as Late and should not be accepted Bidders only have to submit their bids not later than the deadline for the submission and receipt of bids, which can be extended or rescheduled together with the opening of bids as provided in Section 29 of the IRR of RA 9184. (NPM 55-2013)

Opening of Bids Eligibility Requirements Eligibility documents shall be submitted together w/ the Technical Envelope and Financial Envelope, on or before deadline for the submission of bids; and opened on the date of bid opening.

Eligibility Requirements Opening of Bids The capabilities and resources of prospective bidders shall be initially assessed, SUBJECT TO POST-QUALIFICATION, to determine eligibility. The Eligibility Requirements are not contract sensitive. A non-discretionary pass/fail criterion shall be used. A checklist of requirements (Class A and B ) shall be used.

Eligibility Requirements CLASS A DOCUMENTS Legal Eligibility SEC, DTI, CDA Registration Mayor s Permit Tax Clearance Technical Eligibility Statement of ALL ongoing and completed gov t & private Ks, including Ks awarded but not yet started, w/in relevant period. PCAB License & Registration (for Civil Works) Financial Eligibility Audited Financial Statement stamped received by the BIR Net Financial Contracting Capacity CLASS B DOCUMENTS Valid Joint Venture Agreement (JVA), if available; OR, Duly Notarized Statements from ALL potential JV partners

Who May Bid? Individual/Sole Proprietor a) Partnership b) Corporation c) Joint-Venture d) Cooperatives Goods 100% 60%/40% Works 100% 75%/25% Consulting 100% 60%/40%

LEGAL ELIGIBILITY CRITERIA GOODS General rule: 60% Filipino Foreign bidder allowed if: Stated in treaty or international or executive agreement National of a country offering reciprocity rights to Filipinos Goods not available from local suppliers To prevent situations that defeat competition or restrain trade INFRASTRUCTURE General rule: 75% Filipino Foreign contractors allowed if stated in treaty or international or executive agreement If joint venture, less than 75% is allowed if - Structures to be built require techniques not possessed by 75% Filipinos Not less than 25% Filipino 30

Eligibility Requirements Technical Eligibility Criteria Goods (Single Largest Completed Contract) General Rule Exceptions Require the ff.: 1. Expendable Supplies 25% of the ABC 2. Services and Nonexpendable Supplies 50% of the ABC If, at the outset and after market research, applying the general rule will likely result to: 1.Failure of bidding; or 2.Monopoly a) At least 2 similar contracts aggregate amount at least equivalent to required percentage; and b) Largest of the similar contracts amounts to at least half (50%) of required percentage

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, as adjusted to current prices using the NSO consumer price index. For foreign funded procurement, a different track record may be agreed upon 32

Eligibility Requirements Financial Eligibility Criteria Goods and Works NFCC at least equal to ABC NFCC = [Current Assets Current liabilities (K)] minus the value of all outstanding or uncompleted contracts, including awarded contract not yet started

NFCC COMPUTATION Net Financial Contracting Capacity (NFCC) = (current assets - current liabilities) (K) MINUS (outstanding, uncompleted portions under ongoing contracts + 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 current liabilities shall be based on the data submitted to the BIR, through its Electronic Filing and Payment System (EFPS) 34

Eligibility Requirements Class B: Valid JVA. Duly Notarized Sworn Statements from all potential JV partners to enter into a JVA. Failure to create JVA - ground for forfeiture of Bid Security. Each JV partner shall submit Legal eligibility doc, but submission of technical & financial docs by one JV partner will suffice.

Opening of Bids PREL. EXAMINATION OF TECHNICAL PROPOSAL Opening the Technical Envelope which contain the Technical Proposals to ascertain compliance with the submission requirements A non-discretionary pass/fail criterion shall be used A checklist of required documents shall be used

Opening of Bids Technical Proposal (1 st Envelope) Eligibility Requirements Bid Security Form, Amount and Validity Technical Specifications - Production/delivery schedule Manpower requirements After sales service/parts Organizational Reqs. (CW) Key Personnel (CW) Equipment (CW) Omnibus Sworn Statement

Opening of Bids Omnibus Sworn Statement Project Related statements that includes the following: Non-inclusion in blacklist Authenticity of documents Verification authority Signatory s authority Disclosure of relations Responsibilities of bidders Labor laws and standards

Opening of Bids PREL. EXAMINATION OF FINANCIAL PROPOSAL Open the Financial Envelopes of remaining eligible bidders whose Technical Proposals were rated passed to ascertain: (a) compliance with the submission requirements; and (b) that bid price does not exceed ABC Only bids that pass prel. examination of both envelopes shall be rated passed and considered for evaluation and comparison Failed bidder has 3 c.d. to file request for reconsideration. BAC has 7 c.d. to decide

Opening of Bids Financial Proposal (2 nd Envelope) Financial Bid Component / Bid Price

Opening of Bids Contents of the 2 nd Envelope (Financial Component) 1. Financial Bid Form (includes bid prices and bill of quantities, as well as applicable price schedules) 2. In case of Goods, Certification from the DTI, SEC, or CDA, if claiming preference as Domestic Bidder or Domestic Entity 3. Other documents required in the bidding documents

Bid & Performance Security Bank issued securities must be issued by a universal/commercial bank Surety Bonds must be accompanied by certification from Insurance Commission that issuer is authorized to issue such security Bidder has option to choose among acceptable forms of security Procuring entity may not limit options available to bidders

BID SECURITY Procuring entity shall indicate in the Bidding Documents at least 2 acceptable forms of bid security, one of which should be the Bid Securing Declaration. Bidders shall SUBMIT ONLY ONE (1) FORM of Bid Security In general, bank issued securities must be issued by a universal or commercial bank However, in biddings conducted by LGUs, securities may be issued by banks certified by BSP as authorized to issue said instruments Surety Bonds must be accompanied by certification from Insurance Commission that issuer is authorized to issue such security 43

Bid & Performance Security

Bid Securing Declaration GPPB Resolution No. 03-2012, 27 January 2012 - Section 27.5 of IRR of RA 9184 was amended. A bidder may now submit a Bid Securing Declaration. Bid Securing Declaration (BSD) - is an undertaking which states, among others, that upon receipt of NOA: 1. the bidder shall enter into contract with the Procuring Entity 2. furnish the required performance security within ten (10) cd 3. commits to pay the fine and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as required in the guidelines issued by the GPPB.

Bid Securing Declaration GPPB Resolution No. 03-2012, 27 January 2012 - Inserted Section 27.6 (original Section 27.5 of IRR of RA 9184): In no case shall bid security or Bid Securing Declaration be returned later than the expiration of the bid validity period indicated in the Bidding Documents, unless it has been extended in accordance with Section 28.2 of the IRR.

Bid Evaluation 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, which shall include consideration of: (a) completeness of bids; and (b) minor arithmetical corrections

Bid Evaluation No Contact Rule - Prohibition on communication w/ bidders from bid evaluation until award of contract. Bid Evaluation shall not be more than 7 c.d. 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 est.

Bid Evaluation Unless the ITB specifically allows partial bids, those not providing all required items shall be considered non-responsive Placing no price is considered as nonresponsive Specifying a 0 or - means it is offered for free

Post-Qualification To determine whether bidder with LCB complies with and is responsive to all requirements and conditions of eligibility and the bidding of the contract to be declared the Lowest Calculated and Responsive Bid (LCRB) A non-discretionary pass/fail criterion shall be used to Verify, Validate and Ascertain all statements and documents (licenses, certificates, etc.) To be accomplished not more than 7 c.d. from determination of LCB. (Exceptional cases not to exceed 30 c.d.)

Post-Qualification BAC will notify the Bidder with the Lowest Calculated Bid that it was determined as such. Within 3 c.d. from receipt of Notice, submit the ffg: Latest Income and Business Tax Returns; Certificate of PhilGEPS Registration; and, Other appropriate Licenses and Permits required by law and stated in the Bidding Documents.

Post-Qualification BAC shall recommend award of contract to the LOWEST CALCULATED AND RESPONSIVE BID (LCRB) at submitted price or calculated price, whichever is lower In case of approval by HOPE, Notice of Award should be IMMEDIATELY issued by HOPE to the LCRB. (HOPE has 7 days to decide w/n to issue NOA)

Award of Contract NOA is subject to the following conditions: Submission of valid JVA, within 10 c.d. upon receipt by bidder that it was determined as the LCRB; Posting of Performance Security (post within 10 days, including signing); Signed Contract. Contract award shall be made within the bid validity period. Notice of Award of Contract to be posted at the PhilGEPS, website and CP within 3 c.d. after issuance.

Notice to Proceed The PE shall issue the Notice to Proceed (NTP) together with a copy of the Contract within 3 c.d. upon approval. Contract effectivity date indicated in the NTP w/c shall not be later than 7 c.d. from its issuance. Within 15 c.d. from the issuance of NTP, BAC Secretariat shall post a copy of the NTP and the Approved Contract in the PhilGEPS.

Up by 240.8% from 2010-2015

Infrastructure Procurement for 2016 5% of GDP PhP 829.6 Billion = US$ 18 Billion

THANK YOU DENNIS S. SANTIAGO Executive Director V GPPB-TSO Comments, Questions? Telephone/Fax: (+632) 900-6741 to 44 Website: http://www.gppb.gov.ph Email: gppb@gppb.gov.ph