Sei sulla pagina 1di 73

Atty. Anthony Raymond M.

Velicaria
GPPB Recognized Trainer

1
PROCUREMENT STANDARD

RULE:
Procuring Entities shall adopt public/competitive bidding as the
general mode of procurement

EXCEPTION:
Alternative methods shall be resorted only:
1. In highly exceptional case
2. To promote economy and efficiency
3. Justified by conditions specified in IRR
4. GPPB approval as required under EO 423, S. 2005
(as amended)

2
ALTERNATIVE METHODS OF PROCUREMENT

1. Limited Source Bidding


2. Direct Contracting
3. Repeat Order
4. Shopping
5. Negotiated Procurement

3
NEGOTIATED PROCUREMENT

1. Small Value Procurement 8. Highly Technical Consultants

2. Two Failed Biddings 9. Lease of Real Property & Venue

3. Emergency Cases 10. NGO Participation

4. Take-Over of Contracts 11. Community Participation

5. Adjacent or Contiguous 12. UN Agencies, International


Organizations or Financial Institutions
6. Agency-to-Agency 13. Defense Cooperation Agreement

7. Scientific, Scholarly or Artistic Work,


Exclusive Technology and Media Services
4
TERMS AND CONDITIONS

 No procurement shall be undertaken unless in accordance


with APP.

 Most advantageous price for government should be


obtained (Sec. 48.1)

 Splitting of contracts is strictly prohibited (Sec. 54.1)

 The Uniform Guidelines for Blacklisting of Manufacturers,


Suppliers, Distributors, Contractors, and Consultants also
apply to Alternative Methods of Procurement.

5
POSTING OF INVITATIONS, OR RFQs/RFPs
RULE:
Advertisement and Posting requirements of Invitation, or Request for
Price Quotation (RFQ) or Proposal (RFP) MAY be dispensed with

EXCEPTIONS:
Posting in the websites of PhilGEPS and PE, and conspicuous place in
the premises of PE for at least three (3) calendar days:
 Limited Source Bidding [Sec. 54.2]
 Shopping [Sec. 52.1(b)] for ABCs more than P50K
 Small Value Procurement [Sec. 53.9] for ABCs more than P50K
 Two Failed Biddings [Sec. 53.1]
 NGO Participation [Sec. 53.11]
6
POSTING OF NOAs, CONTRACTS, AND NTPs

RULE:
All Notices of Award, Contracts or Purchase Orders (POs), including
Notices to Proceed be posted in the websites of PhilGEPS and PE, and
conspicuous place in the premises of PE
Proposer/Proponent with the
1. Single/Lowest Calculated and Responsive Quotation (Goods and Infra
Projects)
2. Single/Highest Rated and Responsive Proposal (Consulting Services)

EXCEPTION:
Contracts with ABC of P50,000 and below

7
BID SECURITY

RULE:
Submission of bid security MAY be dispensed with

EXCEPTION:
Limited Source Bidding

8
PERFORMANCE AND WARRANTY SECURITIES

ALTERNATIVE METHOD PERFORMANCE WARRANTY


SECURITY SECURITY
1. Limited Source Bidding  
consulting services X
2. Direct Contracting X 

3. Repeat Order X 

4. Shopping X X

9
PERFORMANCE AND WARRANTY SECURITIES
NEGOTIATED PERFORMANCE WARRANTY
PROCUREMENT SECURITY SECURITY
1. Small Value Procurement may  may 
infra projs  consulting services X

2. Two Failed Biddings  


consulting services X

3. Emergency Cases may  may 


infra projs  consulting services X

4. Take-Over of Contracts  
5. Adjacent or Contiguous  
consulting services X

6. NGO Participation  
(GPPB Resoln 12-2007)
10
PHILGEPS REGISTRATION

Bidders are mandated to register with PhilGEPS, and provide


PhilGEPS Registration Number as a condition for award on the
following modalities:

1. Direct Contracting
2. Shopping for ordinary office supplies and equipment not
available in the DBM’s PS
3. Small Value Procurement
4. Take-Over of Contracts (Only for New Bidders, if any.)

11
PHILGEPS REGISTRATION

Bidders to provide PhilGEPS Registration Number :


5. Scientific, Scholarly or Artistic Work, Exclusive Technology and Media
Services
6. Highly Technical Consultants
7. Lease of Real Property and Venue
8. NGO Participation

Bidders to submit a Certificate of PhilGEPS Registration


(file of Class A Eligibility Documents):

1. Limited Source Bidding


2. Two Failed Biddings
12
INVITATION OF OBSERVERS

 RULE:
Invitation of Observers are not required when resorting to
alternative methods of procurement
EXCEPTIONS:
1. Limited Source Bidding
2. Two Failed Biddings

 Under Section 13.3 of the Revised IRR of RA 9184, Observers shall


be invited at least three (3) five (5) cd before the date of the
negotiation and the absence of Observers will not nullify the BAC
proceedings, provided that they have been duly invited in writing.
13
REFERENCE TO BRAND NAMES

 RULE:
Reference to brand names shall not be allowed

EXCEPTION:
Items or parts that are compatible with the existing fleet or
equipment of the same make and brand and will maintain the
performance, functionality and useful life of the equipment.

 This rule shall also apply to the goods component of infrastructure


projects and consulting services.

14
DELEGATION OF AUTHORITY

The conduct of the following methods MAY be delegated to End-User


Unit or any other appropriate bureau, committee, or support unit
duly authorized by the BAC through a Resolution approved by the
HOPE:

1. Shopping
2. Small Value Procurement
3. Emergency Cases
4. Lease of Real Property and Venue

15
MANDATORY REVIEW OF TERMS AND
CONDITIONS, SPECIFICATIONS, AND ABC

Mandatory review and evaluation of the terms and conditions,


specifications, and ABC in the invitation, RFQ or RFP if:

1. none or less than the required number of quotations or proposals


are received,
2. despite the extension of deadline for the 3rd time,
3. subject to the required approvals, and
4. repeat the procurement process

16
ALTERNATIVE METHODS OF PROCUREMENT

1. Limited Source Bidding


2. Direct Contracting
3. Repeat Order
4. Shopping
5. Negotiated Procurement

17
1. LIMITED SOURCE BIDDING

APPLICABILITY:
Goods
Consulting services

CONDITIONS:
1. Highly specialized types where only a few bidders are
known to be available, or
2. Major plant components beneficial to limit bidding to
known qualified bidders to maintain uniform quality and
performance of the plant

18
1. LIMITED SOURCE BIDDING

 List to be maintained by the Relevant Government Authority (RGA)

 PE may be the RGA


 Should be updated periodically and submitted to the GPPB

 Pre-selection is based on capability and resources to perform the


contract taking into account:

 Experience and past performance on similar contracts


 Capabilities with respect to personnel, equipment, and/or
manufacturing facilities
 Financial position

19
1. LIMITED SOURCE BIDDING

PRE-SELECTION PROCEDURES FOR RGAs GPPB Resolution 06-2012

PE identifies LSB Issues a Pre-


as applicable selected List
mode

HOPE transmits
list to the GPPB

PE posts GPPB-TSO
acknowledges
procurement
receipt and posts
opportunity and the list in the
conducts LSB website
20
1. LIMITED SOURCE BIDDING
PRE-SELECTION PROCEDURES FOR NON-RGAs GPPB Resolution 06-2012

Relevant
Request for a
Government
List from RGA
Authority? N

PE represents Y Limited
itself as the Secure a List? Source
RGA Bidding

Competitive
Bidding
21
2. DIRECT CONTRACTING

APPLICABILITY:
Goods

CONDITIONS:
1. Items of proprietary nature from proprietary source,
i.e patents, trade secrets, and copyrights
2. Critical components from a specific supplier to hold a contractor
to guarantee its project performance, or
3. Items sold by an exclusive manufacturer or dealer
 no other supplier selling it at lower prices
 no suitable substitute can be obtained at more advantageous
terms to the Government 22
2. DIRECT CONTRACTING

PROCEDURES:

1. BAC to prepare the RFQ or pro-forma invoice together with the


conditions of sale, and send to the identified direct supplier

2. BAC to recommend to the HOPE the award of contract

23
3. REPEAT ORDER

APPLICABILITY:
Goods

CONDITIONS:
1. Same or lower unit prices than those in the original contract,
provided that such prices are still the most advantageous to the
GOP after price verification;
2. Availed of within 6 months from the contract effectivity date
stated in the NTP arising from the original contract, provided
that there has been a partial delivery, inspection and acceptance of
the goods within the same period;
3. Not to exceed 25% of the quantity of each item;
24
3. REPEAT ORDER

CONDITIONS:
4. Original contract was awarded through competitive bidding;
5. The goods under the original contract must be quantifiable,
divisible and consisting of at least four (4) units per item; and
6. No splitting of contracts, requisitions and POs

PROCEDURES:
1. End-User Unit to conduct a study of the prevailing market
price of goods to be re-ordered with the price of goods in the
original contract with a justification on the need for an
additional order
2. BAC to recommend to the HOPE the award of contract
25
4. SHOPPING
APPLICABILITY:
 Goods

CONDITIONS [SHOPPING under Sec. 52.1(a)]:


1. There is an unforeseen contingency requiring immediate
purchase; and
2. Amount does not exceed P200,000

PROCEDURES:
1. BAC may directly send to a supplier the RFQ and validate the
technical, legal and financial qualifications. Sending of one (1)
RFQ will suffice. Posting of the RFQ may be dispensed with.
2. BAC to recommend to the HOPE the award of contract 26
4. SHOPPING

CONDITIONS [SHOPPING UNDER Sec. 52.1(b)]:


1. Procurement of ordinary or regular office supplies and
equipment not available in DBM’s PS; and
2. Amount does not exceed P1,000,000

PROCEDURES:
1. BAC shall send to 3 suppliers the RFQs, and obtain at least 3
price quotations and validate their qualifications. RFQs with an
ABC of more than P50k be posted
2. BAC to recommend to the HOPE the award of contract to the
supplier with the Lowest Calculated and Responsive Quotation
27
4. SHOPPING

THRESHOLD FOR UNFORESEEN CONTINGENCIES


 NGAs, GOCCs, GFIs, SUCs and Autonomous Regional Government–
PhP100,000 PhP200,000
 LGUs :
Maximum Amount (in Philippine Pesos)
Classification
Province City Municipality
1st Class 100,000 200,000 100,000 200,000 50,000 100,000
2nd Class 100,000 200,000 100,000 200,000 50,000 100,000
3rd Class 100,000 200,000 80,000 160,000 50,000 100,000
4th Class 80,000 160,000 60,000 120,000 50,000 100,000
5th Class 60,000 120,000 50,000 100,000 50,000 100,000
6th Class 50,000 100,000 50,000 100,000 50,000 100,000
In the case of Barangays, the maximum amount is PhP50,000
28
4. SHOPPING

THRESHOLD FOR UNAVAILABILITY OF SUPPLIES & EQPT IN DBM’s PS


 NGAs, GOCCs, GFIs, SUCs and Autonomous Regional Government–
PhP500,000 PhP1,000,000
 LGUs:

Maximum Amount (in Philippine Pesos)


Classification
Province City Municipality
1st Class 500,000 1,000,000 500,000 1,000,000 100,000 200,000
2nd Class 500,000 1,000,000 500,000 1,000,000 100,000 200,000
3rd Class 500,000 1,000,000 400,000 800,000 100,000 200,000
4th Class 400,000 800,000 300,000 600,000 50,000 100,000
5th Class 300,000 600,000 200,000 400,000 50,000 100,000
6th Class 200,000 400,000 100,000 200,000 50,000 100,000
In the case of Barangays, the maximum amount is PhP50,000
29
4. SHOPPING

Section 52.2

The phrase “ordinary or regular office supplies” shall be understood to


include those supplies, commodities, or materials which, depending on
the Procuring Entity’s mandate and nature of operations, are necessary
in the transaction of its official businesses, and consumed in the
day-to-day operations. of said Procuring Entity.

However, office supplies shall not include services such as repair and
maintenance of equipment and furniture, as well as trucking, hauling,
janitorial, security, and related or analogous services.

30
5. NEGOTIATED PROCUREMENT

1. Small Value Procurement 8. Highly Technical Consultants

2. Two Failed Biddings 9. Lease of Real Property & Venue

3. Emergency Cases 10. NGO Participation

4. Take-Over of Contracts 11. Community Participation

5. Adjacent or Contiguous 12. UN Agencies, International


Organizations or Financial Institutions
6. Agency-to-Agency 13. Defense Cooperation Agreement

7. Scientific, Scholarly or Artistic Work,


Exclusive Technology and Media Services
31
SMALL VALUE PROCUREMENT
APPLICABILITY
 All types of Procurement

CONDITIONS:
1. Procurement does NOT fall under Shopping under Sec. 52.1 (a & b); and
2. Amount does not exceed P1,000,000
PROCEDURES:
1. BAC shall send to 3 suppliers, contractors, or consultants the RFQs/RFPs.
Receipt of 1 quotation or proposal is sufficient and the BAC shall validate
the qualification/s. RFQs/RFPs with ABC of more than P50k be posted
2. BAC to recommend to the HOPE the award of contract to the
proposer/proponent with the Single/Lowest Calculated and Responsive
Quotation, or Single/Highest Rated and Responsive Proposal
32
SMALL VALUE PROCUREMENT

THRESHOLD:
 NGAs, GOCCs, GFIs, SUCs and Autonomous Regional Government–
PhP500,000 PhP1,000,000
 LGUs:
Maximum Amount (in Philippine Pesos)
Classification
Province City Municipality
1st Class 500,000 1,000,000 500,000 1,000,000 100,000 200,000
2nd Class 500,000 1,000,000 500,000 1,000,000 100,000 200,000
3rd Class 500,000 1,000,000 400,000 800,000 100,000 200,000
4th Class 400,000 800,000 300,000 600,000 50,000 100,000
5th Class 300,000 600,000 200,000 400,000 50,000 100,000
6th Class 200,000 400,000 100,000 200,000 50,000 100,000
In the case of Barangays, the maximum amount is PhP50,000
33
SHOPPING AND SMALL VALUE PROCUREMENT

PROCEDURAL GUIDELINES:
Send RFQs/RFPs to at
Post in PhilGEPS,
least 3 suppliers,
PE’s websites and
Prepare RFQs/ contractors, or
conspicuous place
RFPs consultants *Except 52.1(a) and ABC 50k and
below
*May be 1 RFQ for 52.1(a)
*Extend deadline if no/less
*Receipt of 3 RFQs for 52.1(b) quotation/proposal received
Receipt of 1 RFQ/RFP for 53.9

Award to
Prepare Abstract proposer/
of Quotations/ proponent w/
Ratings S/LCRQ or
S/HRRP 34
SHOPPING AND SMALL VALUE PROCUREMENT

No Standard Form for RFQ/RFP

 There is no prescribed template or standard form for the RFQ/RFP.

 The RFQ/RFP must indicate the TS, SOW, TOR, ABC, quantity, and
other terms and conditions.

 RFQ must prescribe the manner by which price quotations shall be


submitted i.e., by sealed or open quotation.

35
TWO FAILED BIDDINGS

APPLICABILITY
 All types of Procurement

CONDITIONS:
1. Failed competitive bidding or Limited Source Bidding for the
second time under Sec. 35; and
2. Mandatory review of the following:
 Terms, conditions and specifications
 ABC, which may be adjusted up to 20% of ABC for the last
failed bidding

36
TWO FAILED BIDDINGS

 The BAC shall invite at least three (3) suppliers, contractors or


consultants, including those disqualified in previous biddings for
the project, for negotiations to ensure effective competition.
 Even if only one (1) bidder should respond to such invitation or posting,
the BAC shall proceed with the negotiation subject to the prescribed rules.
 Submission of best offer by suppliers, contractors, or consultants on
a specified date.
 Observers shall be invited in all stages

37
TWO FAILED BIDDINGS

PROCEDURAL GUIDELINES

Two Failed
Competitive Mandatory Preparation of
Bidding or Ltd Review RFQs/RFPs
Source Bidding

Invite at least
Submission
3
Negotiation and opening of Awarding of
suppliers/ best and final contract
contractors/ offer
consultants

38
TWO FAILED BIDDINGS

Failure of Bidding as Declared by HOPE

 If the failure of bidding is due to the declaration by the HOPE


pursuant to Section 41 of the Revised IRR , Negotiated Procurement
(Two Failed Biddings) cannot be resorted to.

39
EMERGENCY CASES

APPLICABILITY:
 All types of Procurement

CONDITIONS:
1. In case of imminent danger to life or property during a state of
calamity;
2. When time is of the essence arising from natural or man-made
calamities; or
3. Other causes where immediate action is necessary
• To prevent damage to or loss of life or property
• To restore vital public services, infrastructure facilities and
other public utilities
40
EMERGENCY CASES

PROCEDURES:
1. The End-User unit or official shall submit to the BAC or HOPE a
request with supporting documents identifying the emergency
sought to be addressed, and the necessary Goods (TS), Infra
Proj (SOW), or Consulting Services (TOR) that have to be
procured to address the emergency. For infra projects, the PE may
undertake the project by administration instead of this method.
2. The BAC may directly negotiate with the supplier, contractor, or
consultant with the necessary qualifications to address the
emergency
3. BAC to recommend to the HOPE the award of contract. The
HOPE shall confirm in writing the existence of the ground
relied upon before approving the contract
41
EMERGENCY CASES

 Considering that the Emergency modality relates to “time


element”, the HOPE, BAC, Secretariat, and End-User unit, should
consider the appropriate timing or proximity of time between the
actual procurement activity to be conducted and emergency sought
to be addressed.
 When the reason or cause for the emergency has already been
abated, adoption of competitive bidding as the primary mode of
procurement shall be considered.
 When the ground is imminent danger to life or property during a
state of calamity, there must be a declaration by a competent
authority of a state of calamity pursuant to existing laws, rules and
regulations before any procurement activity may be undertaken.
42
TAKE-OVER OF CONTRACTS

APPLICABILITY:
 All types of Procurement

CONDITIONS:
1. The contract, previously awarded through Competitive Bidding,
has been rescinded or terminated for causes provided for in the
contract and existing laws; and
2. Immediate action is necessary:
 To prevent damage to or loss of life or property
 To restore vital public services, infrastructure facilities, and other
public utilities

43
TAKE-OVER OF CONTRACTS

PROCEDURES:

1. Post-qualify and negotiate with the bidder with the 2nd LCB or HRB
at the bidder’s original bid price, then to the next if negotiation
fails.

2. If negotiation fails and there is no bidder left from the previous


bidding, or the original awardee is a lone bidder: invite at least 3
suppliers, contractors, or consultants to submit their bids,
quotations or proposals, or resort to any other appropriate
alternative method of procurement.

44
ADJACENT OR CONTIGUOUS

APPLICABILITY:
 Infrastructure Projects

 Consulting Services

CONDITIONS:
1. The original contract/project is a result of competitive bidding and
is ongoing,
2. Subject contract to be negotiated is adjacent or contiguous, and has
similar or related scopes of work to the ongoing project,
3. It is within the contracting capacity of the contractor/consultant;

45
ADJACENT OR CONTIGUOUS

CONDITIONS:

4. In determining the SLCC, NFCC, and PCAB license, the sum of the value
of the remaining works for the existing contract and the ABC of the
contiguous or adjacent work shall be considered;
5. The contractor/consultant uses the same or lower unit prices as the
original contract less mobilization cost,
6. The ABC of the contiguous or adjacent work involved does not exceed
the contract amount of the ongoing project,
7. No negative slippage/delay in the original contract during the time of
negotiation, and
8. Negotiations are commenced before the expiration of the original
contract.
46
ADJACENT OR CONTIGUOUS

PROCEDURES:

1. Negotiate with the contract awardee for the ongoing project (SOW, TOR,
unit price, and other terms and conditions for the 2nd project) the
proposed 2nd project.
2. In case of successful negotiation, the BAC shall recommend to the HOPE
the awarding of contract.

47
AGENCY-TO-AGENCY
APPLICABILITY:
 All types of Procurement

CONDITIONS:

1. The PE shall justify that entering into an A-to-A Agreement with the
Servicing Agency is more efficient and economical to the government;
[Note: A-to-A does not exceed 25% of PE’s total budget for each category
(goods, infra projects, and consulting services)]
2. Servicing Agency has the mandate to undertake the project;
3. Servicing Agency has the absorptive capacity to undertake the project;
4. Servicing Agency owns or has access to the necessary tools and
equipment required for the project;
48
AGENCY-TO-AGENCY

CONDITIONS:

5. Sub-contracting is not allowed. However, the Servicing Agency


may implement the infrastructure project in-house, by job-
order, or through the pakyaw contracting system; and
6. For procurement of infrastructure projects, the Servicing Agency
must have a track record of having completed, or supervised a
project, by administration or by contract, similar to and with a
cost of at least fifty percent (50%) of the project at hand.

49
AGENCY-TO-AGENCY

PROCEDURES:

1. End-User Unit to justify to the BAC the reason for resorting to


A-to-A Agreement submitting its assessment and
recommendation

2. It shall also secure a certificate from the relevant officer of the


Servicing Agency that the latter complies with all the conditions

3. BAC to recommend to the HOPE the use of A-to-A Agreement

4. HOPE to enter into a MOA with the Servicing Agency after


approval of BAC resolution

50
SCIENTIFIC, SCHOLARLY OR ARTISTIC WORK,
EXCLUSIVE TECHNOLOGY AND MEDIA SERVICES

APPLICABILITY:
 All types of Procurement:

CONDITIONS:

1. Work of art; commissioned work or services of an artist for


specific artistic skills (e.g., singer, performer, poet, writer,
painter, sculptor, etc.);
2. Scientific, academic, scholarly work or research, or legal
services;
3. Highly-specialized life-saving medical equipment, as certified
by the Department of Health;
51
SCIENTIFIC, SCHOLARLY OR ARTISTIC WORK,
EXCLUSIVE TECHNOLOGY AND MEDIA SERVICES

CONDITIONS:

4. Scientific, technical, economic, business, trade or legal journal,


magazine, paper, subscription, or other exclusive statistical
publications and references;
5. Media documentation, advertisement, or announcement
through television, radio, newspaper, internet, and other
communication media; or
6. The construction or installation of an infrastructure facility
where the material, equipment, or technology under a
proprietary right can only be obtained from the same
contractor.

52
SCIENTIFIC, SCHOLARLY OR ARTISTIC WORK,
EXCLUSIVE TECHNOLOGY AND MEDIA SERVICES

PROCEDURES:

1. End-User Unit shall conduct a market study and determine


the probable sources to justify the need of this method.

2. The study should confirm that the supplier, contractor, or


consultant could undertake the project at more advantageous
terms.

3. BAC to negotiate with a legally, technically, and financially


supplier, contractor, or consultant based on the TS, SOW, TOR
prepared by the End-User Unit

4. BAC to recommend to the HOPE the award of contract


53
HIGHLY TECHNICAL CONSULTANTS

APPLICABILITY:
 Consulting Services

CONDITIONS:

1. Individual consultant;
2. Work involves:
 Highly technical or proprietary; or
 Primarily confidential or policy determining, where trust and
confidence are the primary consideration; and
3. Term is, at the most, 6 months, renewable at the option of the
appointing HOPE, but in no case to exceed the term of the latter.

54
HIGHLY TECHNICAL CONSULTANTS

PROCEDURES:

1. End-User Unit to justify to the BAC the engagement of an


individual consultant in accordance with the aforementioned
conditions;

2. BAC to negotiate with the said consultant based on the TOR


prepared by the End-User Unit, and validate that the consultant
is legally, technically, and financially capable to do the work

3. BAC to recommend to the HOPE the award of contract

55
LEASE OF REAL PROPERTY AND VENUE
APPLICABILITY:
 Goods

CONDITIONS:

1. End-User Unit shall justify to the BAC that the lease of


“privately-owned” real property and venue is more efficient
and economical to the government,
2. Selection of location be made after considering the: need for
prudence and economy in government service, suitability of
area in relation to the mandate of office and its accessibility to
its clients, or nature of event of level of security,
3. Market analysis be made on the prevailing rental rates w/in the
vicinity of the selected location, and to ensure that it complies
w/ the criteria and TS of the End-User Unit 56
LEASE OF REAL PROPERTY AND VENUE

CONDITIONS:

4. Rental rates shall not exceed the ABC; and be reasonable by


considering the accommodation, facility, amenities,
convenience, and prevailing market rates w/ the same or
similar condition/classification and location w/in the vicinity,
and
5. TS shall consider the rating factors under Appendix B of the
guidelines

57
LEASE OF REAL PROPERTY AND VENUE
TABLE OF RATING FACTORS UNDER APPENDIX B
REAL PROPERTY VENUE GIVEN RATING
WEIGHT (%)
1. Location & Site Condition 1. Location & Site Condition
2. Neighborhood Data 2. Neighborhood Data
3. Real Property 3. Venue
4. Free Services & Facilities 4. Availability

COMPUTATION METHODS IN DETERMINING


REASONABLENESS OF RENTAL RATES (Appendix B)
1. Observed Depreciation
2. Straight Line Depreciation
3. Comparative Market Analysis
58
LEASE OF REAL PROPERTY AND VENUE
PROCEDURES:
1. BAC shall send to at least 3 prospective lessors w/in the
vicinity of selected location the RFQs requiring the
submission of sealed price quotations. Receipt of 1 price
quotation is sufficient.
2. Price quotation/s be opened at a specified date. Real
property/venue be rated in accordance w/ the TS, and
reasonableness of price quotation be determined in
accordance w/ Appendix B of the guidelines. For venue,
compliance rating w/ TS may be conducted thru ocular
inspection, interviews, or other forms of due diligence.
3. BAC to recommend to the HOPE the awarding of the
contract
59
NGO PARTICIPATION

APPLICABILITY:
 All types of Procurement

CONDITIONS:
1. Appropriation law or ordinance earmarks an amount to be
contracted to NGOs,
2. NGOs be non-stock and non-profit domestic corporation
committed to socio-economic devt, and
3. May resort to competitive bidding in case conditions are
not met

60
NGO PARTICIPATION
Legal
1. SEC or CDA Regn Certificate 5. TIN
2. Latest AOI/AOC 6. Latest ITR
3. Mayor’s Permit 7. Tax Clearance
4. Certificate of PhilGEPS regn
Technical
1. statement of all ongoing and completed govt & private contracts w/in a relevant period,
including contracts awarded but not yet started
2. for infra projs, statement of availability of key personnel for construction contracts; personnel are
regd professionals authorized by regulatory body; and availability of eqpt that it owns, under lease,
and/or under purchase agreements for construction contracts provided that ownership is not a
requisite for eligibility
Financial
1. audited financial statements for the PAST 3 YRS, stamped received by BIR or accredited and
authorized institution, for the immediately preceding calendar year, showing its total and current
assets and liabilities 61
NGO PARTICIPATION

PROCEDURES:
1. After posting of RFQ/RFP, invite at least 3 NGOs to submit sealed price
quotation, proj proposal, supporting feasibility studies, designs, plans,
blueprints, budgets, and charts
2. On the date specified in the notice, open the price quotations/proposals and
determine the NGO w/ the lowest calculated and responsive quotation or
highest rated and responsive proposal (no profit, profit margin, or mark-
up be included in its bid)
3. Submission of eligibility docs covering the legal, technical, and financial
aspects
4. Enter into a MOA
4.1) payment be on a staggered basis and schedule of payment be
indicated; and 4.2) no additional payment unless previous payments
were liquidated
62
COMMUNITY PARTICIPATION
APPLICABILITY:
 Goods
 Simple Infrastructure Projects

CONDITIONS: (GPPB Resolution 09-2014)


1. Project sustainability- community members are able to sustain the proj.
after initial phase of proj. implementation or depletion of proj.
resources, by increasing their share in decision making powers in all
stages of proj. life
2. Social objectives- to improve their well being by enhancing their
knowledge & skills, and creating an environment for development
3. Proj. is aligned with the PE’s mandate to efficiently and economically
deliver public service
4. Proj. has positive social outcomes w/ communities as main beneficiaries
to be implemented at the barangay or community level
63
COMMUNITY PARTICIPATION
CONDITIONS: (GPPB Resolution 09-2014)
5. Proj requires community involvement, in part or in whole, for its success
and continued implementation
6. It is aligned w/ LGU’s local development plans and planning processes
(comprehensive, annual, or sectoral) using participatory mechanisms
and tools w/ the procurement in the APP
7. Contract packaging and terms of proj. do not result to splitting of
contracts
COMMUNITY-BASED SERVICE PROVIDERS:
1. Organized- Civil Society Organizations (CSOs), Community Based
Organizations (CBOs), and People’s Organizations (POs)
2. Unorganized- Community Labor Groups (CLGs)

64
COMMUNITY PARTICIPATION
THRESHOLDS:
MAXIMUM AMOUNT
PROCURING ENTITY Goods Infra Projects
NGAs, GOCCs, GFIs and SUCs P2,000,000 P5,000,000
LGUs:
1st-3rd Class Provinces 1,000,000 2,500,000
1st-2nd Class Cities
Highly Urbanized Cities
4th Class Province 800,000 1,750,000
3rd Class City
5th Class Province 600,000 1,000,000
4th Class City
6th Class Province 500,000 750,000
5th-6th Class Cities
Municipalities
Barangays
65
COMMUNITY PARTICIPATION
Community-Based Service Providers (CBSP)

Organized (CSOs, CBOs, Pos) Unorganized (CLGs)


Legal
1. Regn Certificate from DTI, SEC, CDA, 1. Certificate from Punong Brgy
DOLE, NCIP, NGA, or LGU, w/c ever concerned that the members of the
is applicable group are residents of the target
2. Certificate from CBSP leader that none community/ies
of its incorporators, organizers,
directors, or officials is related to the 2. Resolution or Minutes of Brgy
HOPE, BAC, or Official authorized to Assembly approving the creation of
process or approve the contract and community labor group as CBSP
release of funds
3. Disclosure of related business, and
extend of ownership
66
COMMUNITY PARTICIPATION
Community-Based Service Providers (CBSP)

Organized (CSOs, CBOs, POs) Unorganized (CLGs)


Technical
1. List of similar completed contracts, OR 1. List of experiences of members of
list of experiences of members of CBSP CBSP that satisfies the technical
that satisfies the technical requirements for the procurement at
requirements for the procurement at hand
hand

Financial
1. Certificate that the CBSP has an 1. Guidelines for the establishment of a
existing bank account financial mgt system for the
2. Updated AFS performance of the project, and
3. Proof that it has financial mgt system implementation of payroll system
that maintains book of accounts, etc.
67
COMMUNITY PARTICIPATION

68
COMMUNITY PARTICIPATION
PROCEDURES:
1. Planning and Identification- End-User Unit shall identify the project
proposals; prepare the requirements, estimated budget, and target
community; and present the same to the local community for acceptance
evidenced by the proj’s inclusion in the community’s local development
plan or resolution by the sanggunian in case of projs for LGU. Once
accepted, it shall include in its PPMP & APP
2. Pre-Procurement- End-User Unit shall prepare the RFQ/RFP indicating
a brief description of the proj to be procured, TS or SOW, ABC, manner
& deadline for submission of RFQ/RFP, and terms & conditions of the
proj.
3. Posting- BAC shall post the RFQ/RFP in the websites of PhilGEPS and
PE, its premises of PE, and 3 conspicuous places (bulletin boards) where
the project will be implemented 69
COMMUNITY PARTICIPATION
PROCEDURES:
4. Opening & Evaluation of RFQs/RFPs- BAC to obtain
quotation/proposal from 3 CBSPs from the brgys where the proj is
located. Continue the procurement process even if less than 3 CBSPs,
and invite CBSPs in another brgys w/in the same municipality if no
CBSP is qualified. Determine the person w/ the Lowest Calculated and
Responsive Quotation
5. Awarding of Contract- BAC to recommend to the HOPE the awarding
of contract. Once approved by the HOPE, the BAC Secretariat shall post
the award, including in the community where the proj will be
implemented
6. Contract implementation- communities to submit a report to the Brgy.
Assembly, copy furished the PE and DILG, and post it in a conspicuous
place w/in the community
70
UN AGENCIES, INTERNATIONAL ORGANIZATIONS
OR INTERNATIONAL FINANCING INSTITUTIONS
APPLICABILITY:
 All types of Procurement

CONDITIONS:
 Procure from UN Agencies, IOs or IFIs, of any of the following:
1. Small quantities of off-the-shelf goods, primarily in the fields of
education and health;
2. Specialized products where the number of suppliers is limited (e.g.,
vaccines or drugs); or
3. Goods, Infrastructure Projects, and Consulting Services- involving
advanced technologies, techniques, and innovations not locally
available as certified by the HOPE,
71
DEFENSE COOPERATION AGREEMENT
APPLICABILITY:
 Goods, and Consulting Services

CONDITIONS:
1. Existence of a Defense Cooperation Agreement or diplomatic relations
with another country,
2. Involves major defense eqpt or materials, or defense-related
consultancy for the use of the AFP,
3. Expertise or capability required is not locally available, and
4. Protection of national interest is needed as determined by the DND
Secretary, and approved by the Philippine President

- Negotiate directly with an agency or instrumentality of another


country. Performance security shall be required
72
THANK YOU!!

Contact us at:

Unit 2506 Raffles Corporate Center


F. Ortigas Road, Ortigas Center
Pasig City, Philippines 1605

TeleFax: (632)900-6741 to 44
Email Address: gppb@gppb.gov.ph

73

Potrebbero piacerti anche