Sie sind auf Seite 1von 128

Resource Person

Dir. HUILLIO “Boy’ BELLEZA, MNSA, CESO III


• Bachelor of Science in Civil Engineering (BSCE) at F.E.U.

• Master in Public Administration at P.U.P.

• Master in National Security Administration (MNSA) - Regular


Class 28, 1993-94 at National Defense College of the Philippines
(NDCP)
• Candidate Doctor in Public Administration (DPA) at P.U.P.
(Completed 60 Academic Units)

• Career Executive Service Officer (CESO) III

• Accredited Government Procurement Policy Board (GPPB) Trainor


of RA 9184 and its IRR

• Former DPWH Regional Director Regions IV-A and IV-B 1


Updates on RA 9184 & its Revised IRR
2016 Edition

Tagaytay Country Hotel


May 19, 2017 2
3
4
“What profit would there be for
one to gain the whole world
and forfeit his life?

Or what can one give in


exchange for his life?”
Matthew: 16:26
Topic Outline
1. Objectives
2. Legal Basis (Scope and Application)
3. Definition of Terms
4. HOPE / BAC / Secretariat / TWG
5. Bidding Procedures / Flow Chart for the Procurement of Goods / Infra
Projects
Eligibility Criteria
Bidding Documents (2016 5th Edition)
Pre-procurement Conference
Advertising and Posting of Invitation to Bid (IB)
Pre-Bid Conference
Bid / Performance / Warranty Security
Submission of Bid Envelopes
Bid Evaluation
Post-Qualification
Award of Contract
6. Degree of Relationship (Consanguinity / Affinity)
7. PCAB License and Registration
8. Q & A (Comments/Suggestions)
6
(4) Accelerate (5) Promote
(1) Continue and (2) Institute annual rural and value
maintain current progressive tax infrastructure chain
macroeconomic reform and (3) Increase spending to development
competitiveness account for 5% toward
policies, including more effective and the ease of of GDP, with increasing
fiscal, monetary, tax collection, doing business. Public-Private agricultural and
and trade indexing taxes Partnerships rural enterprise
policies. to inflation. playing a key productivity and
role. rural tourism.

(8) Promote (9) Improve


(6) Ensure security (7) Invest in
science, social (10) Strengthen
of land tenure human capital technology, and protection implementation
to encourage development, the creative arts
to enhance programs, of the
investments, and including health innovation and including the Responsible
address and education creative capacity
towards self- government’s Parenthood and
bottlenecks in land systems, and
sustaining, Conditional Reproductive
manage-ment and match skills and inclusive Cash Transfer Health Law.
titling agencies. training. development.
program.

7 Source: http://www.doh.gov.ph/node/6750 7
The Duterte Administration will be
spending Php 8-9T for
infrastructure for the next 5 years
so they say it’s the GOLDEN AGE
OF INFRASTRUCTURE
8
PHILIPPINES INFRASTRUCTURE BUDGET
(Billions and % of GDP)

$17.4B
P847.2B
$15.3B (5.3%)
TARGET INFRASTRUCTURE SPENDING
P744.2B
7% of GDP (5.1%)
$11.8B
P575.7B
(4.3%)

$7.1B
$8.8B
Amount (In Billion)

P346.2B P428.4B
$6.3B (2.7%) $7.5B
P363.5B
P306.9B
$4.4B
(2.7%) $5.6B
$3.6B P215.7B
P273.9B
P175.4B (2.0%) $3.9B
(1.8%) $3.0B P190.9B
$2.0B P144.3B
$1.9B P99.5B
P90.7B

1 US $ - P 48.6 (as of Oct. 13, 2016)

Philippines Infrastructure Budget (Php)


Percentage of GDP (%)
DPWH Capital Outlays (Php) Source: Department of Budget and Management (as of Sep. 2016) 9
2011-2017 DPWH Infrastructure Program:
Capital Outlays (By Category)

18%

33%
Amount (In Billion Pesos)

43%

32%
45%
10%

1 US $ - P 48.6 (as of Oct. 13, 2016)

1010
1. Objectives

• To enhance the capacity & knowledge of present


and incoming concerned government officials and
personnel on public procurement.
• To orient participants on the current procurement
system and practices for Government Projects
including the changes/UPDATES on the revised
IRR of RA 9184.
• To enable participants to apply these
knowledge/changes in the procurement processes
of Government Projects.
2. Legal Basis

•R.A. No. 9184 , otherwise known as the


• “GOVERNMENT PROCUREMENT REFORM ACT (GPRA)”
• Title : “An Act Providing for the Modernization, Standardization and
Regulation of the Procurement Activities of the Government and for
Other Purposes”

• Effectivity Date : RA 9184 January 26, 2003;


and IRR- A dated October 8, 2003
• Limit or Scope : Domestically/Foreign* funded procurement activities;
• Coverage: Procurement of Goods, Infrastructure Projects and Consulting Services; and
• Applies to: NGAs, GOCCs, GFIs, SUCs, and LGUs.

Effectivity of revised IRR October 28, 2016


Handbook on Philippine Government Procurement 2016 Edition

*unless otherwise provided in a treaty or international/executive agreement


AMERICAN LAWS ON
PROCUREMENT
CONTRACTS
NO CONTRACT
American Practice of
INVITATION TO
SHALL BE
Public Bidding was
introduced in the
BID ENTERED INTO
Philippines on 1900 WITHOUT PUBLIC
LOWEST
RESPONSIVE
BIDDING
BIDDER

PHILIPPINE PUBLIC
PROCUREMENT
13
1917 ADMINISTRATIVE
CODE OF THE PHILIPPINES

PE BEFORE THE
ENACTMENT OF GPRA

14
Prior Procurement Issuances
• P.D. No. 1594 s. 1978 and its IRR – covers contracts for infrastructure and
other construction projects; (PFM)
• E.O. No. 164 s. 1987 – covers contracts for consulting services; (PCCA)
• E.O. No. 301 s. 1987 and its IRR – “Decentralizing actions on Government
Negotiated Contracts, Lease Contracts and Records Disposal. (PCCA)
• R.A. 7160 s. 1991 – Local Government Code Title Six Book Two. (PCCA)
• R.A. No. 7898 s. 1995 – Providing for the modernization of AFP and other
purposes. (PFVR)
• E.O. No. 302 s. 1996 and its IRR – covers procurement of goods, supplies,
materials and general support services; (PFVR)
• E.O. No. 322 s. 2000 – mandates NGAs and GOCCs to participate in Electronic
Procurement System of the DBM-PS. (PJEE)
Prior Procurement Issuances
• Last Amended IRR of P.D. No. 1594 - which took effect Aug. 12, 2000 covers
government infrastructure contracts; (PJEE)
• E.O. No. 201 s. 2000 – Section 3 “Providing Additional Policies and Guidelines in
the Procurement of Goods/Supplies by the National Government. (PJEE)
• E.O. No. 262 s. 2000 and its IRR - “Amending E.O. 302 s. 1996, entitled
Providing Policies Guidelines Rules and Regulation for the procurement of goods /
supplies by the National Government”. (PJEE)
• E.O. No. 40 s. 2001 and its IRR – consolidating Procurement Rules and
Procedures for all NGAs, GOCC and/or GFIs and requiring the use of the GEPS
(Goods, Infra Projects and Consulting Services, and Implements Electronic
Procurement System in Government).
(PGMA)
• Memorandum Order No. 119 dated 18 September 2003 – Amending IRR Part
A and relevant portions of E.O. 301 s. 1987. (PGMA)
ENACTMENT OF GPRA

Government Procurement
Implementing Reform Act
Rules and 10 January 2003
Regulations
Implementing Rules and
Executive Regulations (IRR) Part A
Orders 8 October2003

Revised IRR of 2009


2 September 2009
Administrative
Issuances Revised IRR of 2016
28 October 2016

Memorandum
Circulars

Over 100 Procurement Rules and Regulations


17
SCOPE AND COVERAGE

Section 4, Revised IRR

 All fully domestically-funded procurement activities

 All foreign-funded procurement activities, unless


otherwise provided in a treaty or int’l/executive
agreement

* Mandates adherence to RA 9184 or selection through


competitive bidding. Otherwise, negotiating panel shall
ensure that the reasons for the adoption of a different
rule or method of procurement are clearly reflected in
the records of discussion. (Sec. 4.3, 2016 IRR of RA 9184)
18
SCOPE AND COVERAGE

EXCEPT:
1. Procurement for goods, infrastructure projects, and consulting services
funded from Foreign Grants covered by R.A. 8182, as amended by R.A.
8555, entitled “An Act Excluding Official Development Assistance (ODA)
from the Foreign Debt Limit in order to Facilitate the Absorption and
Optimize the Utilization of ODA Resources, Amending for the Purpose
Paragraph 1, Section 2 of Republic Act No. 4860, as amended”, unless the
GOP and the foreign grantor/foreign or international financing institution
agree otherwise;

19
SCOPE AND COVERAGE

2. Acquisition of real property which shall be governed by R.A. 8974, as


amended by RA 10752 entitled “An Act to Facilitate the Acquisition of
Right-of-Way Site or Location for National Government Infrastructure
Projects and for Other Purposes,” and other applicable laws;

20
SCOPE AND COVERAGE

3. Public-Private sector infrastructure or development


projects and other procurement covered by R.A. 6957, as
amended by R.A. 7718 (BOT Law), entitled “An Act
Authorizing the Financing, Construction, Operation and
Maintenance of Infrastructure Projects by the Private
Sector, and for Other Purposes,” as amended;

21
SCOPE AND COVERAGE

4. Disposal of government properties;


Commission on Audit Circular No. 86-264
DBM National Budget Circular No. 425

22
SCOPE AND COVERAGE

Enumerated activities that are NOT considered as


procurement undertakings under RA 9184 and its IRR:

1. Direct financial or material assistance to beneficiaries


2. Participation to scholarships, trainings, continuing
education, etc.
3. Lease of government property for private use
4. Job order workers
5. Joint Venture Agreements between Private Entities and
GOCCs or LGUs
6. Disposal of property and assets
Sec. 4.5, 2016 IRR of RA 9184
23
PROCUREMENT METHODS

All Procurement shall be done through competitive bidding


except as provided in R.A. 9184.

Resort to alternative methods (Section 48 – 54) shall be


made:

Only in highly exceptional cases

To promote economy and efficiency

Justified by conditions specified in R.A. 9184 and its IRR

24
PROCUREMENT METHODS

25
• Sec. 49 - Limited Source Bidding
• Sec. 50 - Direct Contracting
• Sec. 51 - Repeat Order
• Sec. 52 - Shopping
• Sec 53. - Negotiated Procurement
53.1 Two Failed Biddings
53.2 Emergency Cases
53.3 Take-Over of Contracts
53.4 Adjacent or Contiguous
53.5 Agency-to-Agency
53.6 Scientific, Scholarly or Artistic Work, Exclusive
Technology and Media Services
26
53.7 Highly Technical Consultants
53.8 Defense Cooperation Agreement
53.9 Small Value Procurement
53.10 Lease of Real Property and Venue
53.11 NGO Participation
53.12 Community Participation
53.13 UN Agencies, International
Organizations or International
Financing Institutions
27
3.DEFINITION OF TERMS

28
What is PROCUREMENT?

Procurement refers to the acquisition of goods, consulting


services, and the contracting for infrastructure projects by
procuring entity.

(Sec. 5(aa), IRR, R.A. 9184)

29
GOODS

Refer to:
 All items, supplies and materials
 Including general support services
 Needed in the transaction of public businesses or in the pursuit
of any government undertaking, project or activity
 Whether in the nature of equipment, furniture, stationery,
materials or construction, personal property, including non-
personal or contractual services, such as:
1.repair and maintenance of equipment and furniture
2.trucking, hauling, janitorial and security and other related
and analogous services.

Except: Infrastructure projects and consulting services


30
INFRASTRUCTURE PROJECTS
Refer to:
construction, improvement, demolition, rehabilitation, repair,
restoration or maintenance of civil works components of :
1.IT projects
2.irrigation
3.flood control and drainage
4.water supply
5.sanitation, sewerage and solid waste management
6.national buildings, hospital buildings, and other related
constructions projects of the Government.

31
CONSULTING SERVICES

Refer to services for Infrastructure Projects and other types of


projects or activities of the Government requiring adequate
external technical and professional expertise that are beyond the
capability and/or capacity of the Government to undertake such as,
but not limited to:

1. advisory and review services;


2. pre-investment or feasibility studies;
3. design;
4. construction supervision;
5. management and related services; and
6. other technical services or special studies.

32
GPPB

Refers to a government regulatory body


established in Section 63 to formulate and
amend public procurement policies, rules and
regulations to ensure the proper
implementation of the GPRA, among others.

www.gppb.gov.ph
33
PhilGEPS

Refers to the Philippine Government


Electronic Procurement System, managed by
the DBM-PS under the supervision of the
GPPB, that shall serve as the primary source of
information on all government procurement.

www.philgeps.gov.ph
34
4.Procurement ORGANIZATIONS

35
ACTORS IN PROCUREMENT
Manufacturers COA

Suppliers TECHNICAL
WORKING
NGO / PO
END USER
BUDGET GROUP(TWG) CO
OFFICE
Media
Consultants
Banks
BIDS AND AWARDS APPROVING
COMMITTEE (BAC) & AUTHORITY/
SECRETARIAT HOPE International
Contractors Financing
Institution
General Public
4. PROCUREMENT ORGANIZATIONS
•HOPE – Head Of Procuring Entity (PE)
•BAC – Bids and Awards Committee
• Chairperson
• Vice-Chairperson
• Regular Member
• Provisional Member
• Provisional Member (End-User)
(Minimum of 5, maximum of 7 members)
•BAC Secretariat
•TWG – Technical Working Group
• From pool of legal, financial and technical experts
37
5.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

Bid Evaluation Post-qualification Award of


& Ranking Contract

38
Procedural Steps for Procurement
of Infrastructure Projects
NOW
Advertisement- 1 c.d.
Posting – 7 c.d.

Pre-Procurement • Submission of LOI / Documents as


Advertisement/
Conf. Posting
specified in the Bidding documents
• Issuance/Purchase of Bid documents

Pre-Bid Submission Opening of Opening of


Conference of ELIGIBILITY
Financial
Bids & Tech.
1 c.d. at least Envelope
12 c.d.
Env.
1 c.d.

Bid Evaluation Award of


& Ranking Post qualification
Contract
ABC 50M and below- within 5 c.d.
ABC above 50M –within 7 c.d.
within 12 - 45 c.d.
PROJECT IMPLEMENTATION ?!

BY ADMINISTRATION vs. BY CONTRACT


• GPPB Res. No. 18 S. 2006 • Rule IV Sec. 10 (Competitive
• GPPB Res. No. 07 S. 2009 Bidding) of Revised IRR of RA
9184
• GPPB Res. No. 03 S. 2011

• Appendix 1 Handbook on
Philippine Government
Procurement 2016th
Edition

40
METHOD OF PROCUREMENT

 As a general rule, all procurement should be through public


bidding

 The selection of the method of procurement is dependent on


the presence or absence of specific conditions of other
methods of procurement in Sections 48 to 54 of the revised
IRR

41
BIDDING PROCESS FOR THE PROCUREMENT OF GOODS / INFRA PROJECTS

A
Prepare Bid
Documents

ABC > Yes Pre-Procurement


2M(Goods)?
Conference
5M(Infra)?
• Posted 7 cd continuously at No
PhilGEPS Website
• Conspicuous place Post/Advertise
• Agency website (If available), Invitation to Bid
• *Advertised once in From 1st day of
newspaper of Advertisement of Invitation
general NATIONWIDE Issue Bid Documents to Bid to Submission and
circulation (Consulting 5M, Receipt of Bids
Goods 10M,
Infra 15M)
B 42
B

ABC ≥ Yes Pre-Bid


1M? Conference
2 separate sealed bid
envelopes: No
1st Technical component,
Bidders Submit Bids 12 days
including eligibility
requirements
2nd Financial Component

Preliminary Examination of Bids


Use Checklist, Non- 2nd envelope of
Open Technical Open Financial
discretionary complying bidder/s
Envelope Envelope
Pass-fail criteria only

Determine the
Bid Evaluation Lowest Calculated Bid
(LCB)

C 43
C

Are all Bids Yes Declare Failure of


>ABC? Bidding
No
Lowest Bidder Submit Review Evaluate
Additional Docs Bidding Docs

2nd No
Post-Qualification of
Bidding A
Lowest Calculated Bidder
Yes
Negotiated
Bidder Post-
No Procurement
Qualified?

Yes
Recommend to
Recommend Award thru HOPE the
Resolution Award to the LCRB

D 44
D
Within a period not
exceeding seven Approval of Resolution to
(7) 15 calendar days
Notify all losing bidders w/in
Award ?
3 CD Award No
approved?
Yes
W/n bid validity period,
Issue Notice of Award
Post at PhilGEPS w/in 3 CD

W/in 10 calendar days, bidder


must post performance security Contract Signing
C
& sign the contract

Bidder Sign No Disqualify


Contract post
Bidder
perf. security?

Yes
E 45
E
w/in NGA (15) 20 cd
GOCC- (25) 30 cd

Approval by Yes
Higher authority
required?
Approval by Higher
No Authority/ GOCC
Governing Board

not exceeding Issuance of Yes Contract


(3) 7 cd Notice to Proceed Approved?
terms effective upon
time of receipt No
Post PhilGEPS w/in 15 cd

Contract ?
Implementation

46
IMPLEMENTATION Defect /
PRECON WARRANTY
Period liability
Period Period
Period ( 2, 5, 15 yrs )

BID PERFORMANCE WARRANTY


Security Security Security

PLAN / End of
START COMPLETE ACCEPT END
BUDGET WS

• CARI 1 yr 1 yr
• Payments
- Advance
- Progress
-Final
-Retention money
-Variation Order
-Time Suspension / Extension

PROJECT CYCLE / MILESTONES


4. Liability of Contractors/Consultants/Project Construction
Managers/Supervisors for Structural Defects / Failure
From Final Acceptance up to:

15 years – permanent (Buildings type 4 & 5 and structures


made of steel, iron or concrete (I.e. bridges/flyover, etc.)

5 years – semi permanent structures ( Buildings type 1, 2, & 3,


concrete/asphalt roads, other similar semi-permanent
structures)

2 years – other structures (bailey & wooden bridges, shallow


wells, spring dev. & other similar structures)
Section 62. Warranty
Form of Warranty Security Amt of Warranty Security
(% of the Contract Price)
a) Cash or LC issued by
Universal or Commercial
Bank
*(for LGU) 5%

b) Bank guarantee confirmed


by a Universal or
Commercial bank
10%
*(for LGU)

c) Surety bond callable upon


demand duly certified by
the Insurance Commission 30%

For biddings conducted by LGUs, the Letter of Credit / Bank draft /


Bank guarantee may be issued by other banks certified by the BSP as
authorized to issue such financial instrument
ELIGIBILITY REQUIREMENTS

Submission of PhilGEPS Certificate of Registration and


Membership in lieu of the Class “A” eligibility documents under
Sections 23.1(a) and 24.1(a)

Section 8.5.2, 2016 IRR of RA 9184 - All bidders shall upload and
maintain in PhilGEPS a current and updated file of the following
Class “A” eligibility documents under Sections 23.1(a) and 24.1(a):
a) Registration Certificate;
b) Mayor’s/Business Permit or its Equivalent Document;
c) Tax Clearance;
d) Philippine Contractors Accreditation Board (PCAB) license and
registration; and
e) Audited Financial Statements.

50
ELIGIBILITY REQUIREMENTS

Requirements Under 2016 IRR of RA 9184


GOODS INFRASTRUCTURE
Class A Documents
LEGAL:
1. PhilGEPS Certificate of Registration and 1. PhilGEPS Certificate of Registration and
Membership (Also represents AFS in Membership (Also represents AFS and
addition to legal documents) PCAB License in addition to legal
documents)
TECHNICAL:
1. Statement of all ongoing contracts. 1. Statement of all ongoing contracts.
2. Statement of SLCC 2. Statement of SLCC
3. PCAB License and Registration
FINANCIAL:
1. NFCC computation or 10% committed 1. NFCC
Line of Credit
51
ELIGIBILITY REQUIREMENTS

GOODS INFRASTRUCTURE
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.

52
COMMITTED LINE OF CREDIT (CLC)

 In the case of procurement of Goods, a bidder may opt to


submit a committed Line of Credit (CLC) from a universal or
commercial bank, in lieu of its NFCC computation. (Sec. 23.1
(a) (viii), 2016 IRR of RA 9184)

 CLC does not apply to procurement of Infrastructure


Projects.

 If the bidder submits a CLC, it must be at least equal to ten


percent (10%) of the ABC to be bid: Provided, that if the same
is issued by a foreign Universal or Commercial Bank, it shall be
confirmed or authenticated by a local Universal or Commercial
Bank.
53
NET FINANCIAL CONTRACTING
CAPACITY (NFCC)

 For goods and infrastructure projects, the NFCC’s K factor


shall be fixed at 15, regardless of contract duration

 The values of the domestic bidder’s current assets and current


liabilities shall be based on the latest Audited Financial
Statements submitted to the BIR .

 For purposes of computing the foreign bidder’s NFCC, the


value of the current assets and current liabilities shall be based
on their Audited Financial Statements prepared in
accordance with international financial reporting
standards.
54
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)
NFCC = (CA-CL*K)-VUP; at least equal to ABC

(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 constant NFCC’s K factor is set at 15, regardless of
contract duration
55
PCAB LICENSE

 A valid PCAB license required as an eligibility requirement


for the procurement of infrastructure projects should be
valid at the time of the deadline for the submission and
opening of bids.

 The submission of a PCAB license with validity period after


the date of the opening of the bids is a ground for the
prospective bidder’s disqualification. (NPM 71-2013)

 As such, the submission of a PCAB License and Registration


cannot be dispensed within the procurement of infrastructure
projects. (NPM 126-2014)

56
LEGAL ELIGIBILITY CRITERIA
GOODS INFRASTRUCTURE
• General rule: 60% Filipino • General rule: 75% Filipino
• Foreign bidder allowed if: • Foreign contractors allowed if stated
1) Stated in treaty or international or in treaty or international or executive
executive agreement; agreement
2) National of a country offering
reciprocity rights to Filipinos;
3) Goods not available from local
suppliers; or
4) To prevent situations that defeat
competition or restrain trade
• If joint venture, less than 75% Filipino-
owned is allowed if -
1. Structures to be built require
techniques not possessed by 75%
Filipino-owned contractors; and
2. Should not be less than 25%
Filipino ownership
57
Eligibility Requirements under Section 23.1 of the IRR.

A. Legal
1. Registration Certificate (as appropriate)
• DTI (Sole Proprietor)

• SEC (Corporation)
• CDA (Cooperatives)
2. Valid Current Mayor’s permit (bidder principal place of business located)
3. BIR Tax Clearance
4. PhilGEPS registration

B. Financial

1. Audited Financial Statement Stamp received by the BIR w/


Net Financial Contracting Capacity (NFCC) Computation or
2. 10% Committed Line of Credit (CLC) for goods only

C. Technical
1. Statement of all on-Going/completed/ Awarded contracts but not yet started
(Gov’t. & Private) & statement identifying the single largest completed
contract similar to the contract to be bid

2. PCAB License & Registration (For INFRA only)


TECHNICAL ELIGIBILITY CRITERIA

INFRASTRUCTURE PROJECTS – 50% SINGLE LARGEST


COMPLETED CONTRACT (SLCC)

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 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.

59
FINANCIAL ELIGIBILITY CRITERIA

FOR GOODS AND INFRASTRUCTURE PROJECTS:

 Audited Financial Statement (showing prospective


bidder’s total and current assets and liabilities. )
 NFCC or 10% CLC for Goods, and NFCC for Infra is
at least equal to ABC.

60
Form of Security Amt of Bid Security Amt of Performance Security
(% of the ABC) (% of Contract Price)

a) Cash or
cashier’s/manager’
s check issued by 10% infra
Universal or
Commercial Bank
b) Bank draft / 5% (goods
guarantee or 2%
and
irrevocable LC
issued by a
consulting
Universal or services)
Commercial bank
c) Surety bond
callable upon
demand issued by
a surety or
insurance 5% 30%
company duly
certified by the
insurance
commission

d) Bid Securing
Declaration (BSD)
per GPPB
Resolution No.
03-2012
(-) N/A

*For biddings conducted by LGUs, the Letter of Credit / Bank draft / Bank guarantee may be issued
by other banks certified by the BSP as authorized to issue such financial instrument
BID VALIDITY PERIOD

 Bids and bid securities (including bid securing


declaration) shall be valid for a reasonable period as
determined by the HOPE as indicated in the Bid Docs.

 Not to exceed 120 cd

 If the period is extended, PE shall request in writing all


those who submitted bids for such extension before the
expiration date. However, bidders have a right to refuse
to grant such extension without forfeiting their bid
security.

63
DISCLOSURE OF RELATIONS

Relatives within the third civil degree, by affinity or


consanguinity of the following shall be disqualified:

 Head of the procuring entity


 Members of the BAC, Secretariat and TWG
 Head of the end-user unit or project management
office or implementing unit
 Project consultants

64
II. ADVERTISEMENT/POSTING OF THE
INVITATION TO BID (IB)
2M 10M for
Above 2M 10M for
Goods/ 5M 15M
Medium 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

65
III. PRE-BID CONFERENCE
 Forum where the PE’s representatives & the bidders
discuss the different aspects of the project

 Open to prospective bidders but attendance is not mandatory.


(Sec. 22.3, 2016 IRR of RA 9184)

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


less than 1M

 Held at least 12 cd before deadline for bid submission


but not earlier than seven (7) cd from the PhilGEPS posting of
the Invitation to Bid or Bidding Documents.

66
V. OPENING AND EVALUATION OF
1ST ENVELOPE

To ensure transparency and accurate representation of the bid


submission, the BAC Secretariat shall notify in writing all
bidders whose bids it has received through its PhilGEPS-
registered physical address or official e-mail address. The
notice shall be issued within seven (7) cd from the date of the bid
opening. (Sec. 25.7, 2016 IRR of RA 9184)

67
V. OPENING AND EVALUATION OF
1ST ENVELOPE

 Original copy of bid form shall be typed or written in ink


and shall be signed by the bidder or its duly authorized
representative (Sec. 25.8, 2016 IRR of RA 9184)

 Unsealed or unmarked bid envelopes shall be rejected.


However, bid envelopes that are not properly sealed and
marked, as required in the Bidding Documents, shall be
accepted, provided that the bidder or its duly authorized
representative shall acknowledge such condition of the bid as
submitted. The BAC shall assume no responsibility for the
misplacement of the contents of the improperly sealed or marked
bid, or for its premature opening. (Sec. 25.9, 2016 IRR of RA
9184)
68
VIII. POST-QUALIFICATION

Responsibility of lowest calculated bidder (LCB)


 Within 3 cd 5 cd from receipt of Notice, submit the ff:
1. Latest Income and Business Tax Returns;
2. PhilGEPS Certification of Registration; and
3. Other appropriate Licenses and permits required by
law and stated in the Bidding Documents.
 Failure to submit any of the post-qualification
requirements on time, or a finding against the veracity
thereof, shall disqualify the bidder for award. Should there
be a finding against the veracity of any of the documents
submitted, the Bid Security shall be forfeited in accordance
with Sec. 69 of the 2016 IRR of RA 9184.
74
VIII. POST-QUALIFICATION

For Infrastructure Projects, BAC shall check:


a) Negative slippage of at least 15% in any one project or
a negative slippage of at least 10% in each of 2 or
more contracts;
b) Failure of the contractor to commence repair works on
ongoing contracts in accordance with Section 34.3
c) Failure of the contractor to commence repair works on
contracts with pending certificates of acceptance in
accordance with Sec. 34.3
d) Substandard quality of work or unsatisfactory
performance at the time of inspection.
75
RECOMMENDATION OF AWARD

 The BAC shall recommend award of contract to the


LOWEST CALCULATED AND RESPONSIVE BID
(LCRB) at submitted price or calculated price, whichever is
lower.

 The HOPE has 7 cd 15 cd to decide whether or not to


approve or disapprove the recommendation. For GOCCs
and GFIs, the period provided shall be 15 cd.

76
PERFORMANCE SECURITY

 Posted by winning bidder upon signing of contract to


guarantee performance of obligation, in such form and
amount specified in the Bidding Documents.

EFFECTS OF FAILURE TO POST:

1. Ground for disqualification


2. Next-ranked LCB shall undertake post-qualification
3. Bid security shall be forfeited without prejudice to the
imposition of sanctions

80
ESSENTIAL CONTENTS

CONFLICT OF INTEREST

5. Bidder submits more than one bid in this bidding process.


However, this does not limit the participation of
subcontractors in more than one bid;

6. Bidder who participated as a consultant in the preparation


of the design or technical specifications of the Goods and
related services that are the subject of the bid

7. Bidder who lends, or temporarily seconds, its personnel to


firms or organizations which are engaged in consulting
services for the preparation related to procurement for or
implementation of the project, if the personnel would be
involved in any capacity on the same project
81
ESSENTIAL CONTENTS

Disclosure of Relations (Sec. 47, IRR of R.A. 9184). Bidders


should not be related either by consanguinity or affinity up to
the 3rd Civil Degree:

1. Head of the Procuring Entity;


2. Members of the BAC, TWG and BAC Secretariat;
3. Head of the PMO, end-user unit or implementing unit; and
4. Project Consultants, if any.

82
ESSENTIAL CONTENTS

Disclosure of Relations (Sec. 47, IRR of R.A. 9184) shall apply to


the following persons:

1. Individual/sole proprietor – Bidder


2. Partnerships – all of its officers and members;
3. Corporation – all of its officers, directors and controlling
stakeholders; and
4. Cooperative - all of its officers, directors, and controlling
shareholders or members
5. Joint Venture (JV) – bidder himself/herself, all of its officers
and members of partnerships, officers, directors and
controlling stakeholders of corporations and partners of the
JV.

83
ESSENTIAL CONTENTS

BID SECURITY

FORMAT AND SIGNING OF BIDS

NOTE:

•Bids are submitted simultaneously in 2 separate


envelopes.

•1st Envelope contains the technical bid component,


including the eligibility docs and the 2nd Envelope shall
contain the financial bid component

86
ESSENTIAL CONTENTS

FORMAT AND SIGNING OF BIDS

NOTE:

•Bid, except for unamended printed literature, shall


be signed, and each and every page thereof, shall be
initialed, by the duly authorized rep. (Clause 19.4,
PBDs)

• Proposed clause in the Bid Form: “We acknowledge that


failure to sign each and every page of this Bid Form,
including the Bill of Quantities (infra) or Price Schedules
(for goods), shall be a ground for the rejection of our bid.”
89
ESSENTIAL CONTENTS

SEALING AND MARKING OF BIDS

NOTE:

•Enclose the ORIGINAL Technical and Financial Proposals in


separate envelopes.
•Must be MARKED “ORIGINAL TECHNICAL/FINANCIAL
COMPONENT” – Outer Envelope marked Original Bid
•Same with the copies – Copy No. __, Technical Component

90
ESSENTIAL CONTENTS

SEALING AND MARKING OF BIDS

NOTE:
•The ORIGINAL Technical/Financial Envelope and the COPY
Envelopes shall be CONTAINED in ONE ENVELOPE.
•All envelopes shall have the required data.
•Procuring Entity not be responsible for misplaced bid docs and
premature opening.

91
ESSENTIAL CONTENTS

SEALING AND MARKING OF BIDS

92
ESSENTIAL CONTENTS

SEALING AND MARKING OF BIDS

93
ESSENTIAL CONTENTS

SEALING AND MARKING OF BIDS

94
2016 IRR AMENDMENTS
Submission and Receipt of Bids

• The original copy of the bid form shall be typed or written in


ink and shall be signed by the bidder or its duly authorized
representative.

• Unsealed or unmarked bid envelopes shall be rejected.


However, bid envelopes that are not properly sealed and
marked, as required in the Bid Docs, shall be accepted,
provided that the bidder or its duly authorized representative
shall acknowledge such condition of the bid as submitted. The
BAC shall assume no responsibility for the misplacement of the
contents of the improperly sealed or marked bid, or for its
premature opening

95
97
Philippine Bidding Documents *

GOODS INFRA PROJECTS


I. Invitation to Bid I. Invitation to Bid
II. Instructions to Bidders II. Instructions to Bidders
III. Bid Data Sheet III. Bid Data Sheet
IV. General Conditions of IV. General Conditions of
Contract Contract
V. Special Conditions of
Contract V. Special Conditions of
VI. Schedule of
Contract
Requirements VI. Specifications
VII. Technical Specifications VII. Drawings
VIII. Bidding Forms VIII.Bill of Quantities
IX. Foreign-Assisted IX. Bidding Forms
Projects X. Foreign-Assisted
Projects
* Approved 5th edition Aug 2016 per GPPB Resolution 98
PURPOSE / CONTENT OF PBDs

Give information re:


 Scope of work, ABC, duration, outputs of the contract
 Minimum legal, technical and financial requirements to be
eligible to bid.
 Documents and other requirements that bidder must include
in his bid.
 Process and rules for: submission and receipt of bids,
evaluation of bids, post-qualification, and award of contract.
 Terms and conditions of contract.
99
2016 IRR AMENDMENTS
• The specifications and other terms in the Bidding Documents
shall reflect the minimum requirements or necessary
specifications required to meet the needs of the Procuring
Entity in clear and unambiguous terms.

• In mixed procurements, the PE shall specify in the Bidding


Documents the requirements, criteria and other conditions of
the bidding procedures and of the ensuing contract as
applicable to each component of the project. In the preparation
of Bidding Documents, the PE shall ensure compliance with
existing laws, rules and regulations, especially those concerning
licenses and permits required for the project

100
2016 IRR AMENDMENTS

Detailed Engineering for the Procurement of Infrastructure


Projects

• In case of projects with pending acquisition of right-of-way site


or location, the procurement process may commence, but no
award of contract shall be made until an authority or permit to
enter is issued by the property owner; or a notarized deed of
sale or deed of donation is executed in favor of the
government; or a writ of possession is issued by a court of
competent jurisdiction, as the case may be.

101
2016 IRR AMENDMENTS

•To provide prospective bidders ample time to


examine the Bidding Documents and to
prepare their respective bids, the concerned
BAC shall make the Bidding Documents
available from the time the IB/REI is first
advertised/posted until the deadline for the
submission and receipt of bids

•The PE shall post the complete Bidding


Documents at its website and the PhilGEPS
website from the time the IB/REI is advertised
104
REMINDERS

PBDs to be used by all NGAs, GFIs, SUCs, GOCCs and LGUs for
fully domestically-funded projects.

PBDs to be used in ADB, JICA and WB Projects in case of


National Competitive Bidding.

! Under Section 6.2 of the IRR of RA 9184, once issued by


the GPPB, the use of PBD shall be mandatory upon all PEs.

106
ESSENTIAL CONTENTS

CONFLICT OF INTEREST
The presence of a conflict of interest is a ground for
Bidders’ disqualification.

1. Controlling shareholders in common with another Bidder;


2. Bidder receives/received any direct or indirect subsidy;

3. Bidders have the same legal representatives;


4. Bidder has a relationship with common third parties, that
may provide information or influence the Bid of another
Bidder;

117
Cont.

( Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE )


( insert signatory’s legal capacity )
Affiant

SUBSCRIBED AND SWORN to before me this ____ day of (Month) (Year) at (Place of execution), Philippines.
Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity
as defined in the 2004 Rules on Notarial Practice (A. M. No. 02-8-13-SC). Affiant/s exhibited to me his/her (insert
type of government identification card used), with his/her photograph and signature appearing thereon, with no.
____ and his/her Community Tax Certificate No. ________ issued on ________ at ________.

Witness my hand and seal this ____ days (month) (year).

NAME OF NOTARY PUBLIC


Serial No. of Commission ______________
Notary Public for ______ until __________
Roll of Attorneys No. __________________
PTR No. _____ (date issued), (place issued)
IBP No. _____ (date issued), (Place Issued)

Doc. No. _____


Page No. _____
Book No. _____
Series of _____

__________________________
140 Select one and delete the other.
141 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.
142 Issued by the GPPB Resolution 03-2012 on 27 January 2012.
143 Select one and delete the other.

119
Bidders Capacity to Undertake the Contracts

GOODS INFRA PROJECTS

• Single Largest Contract • PCAB License


• 25% of the ABC for Expendable • Single largest Contract 50%
Supplies
• 50% of the ABC for Services of the ABC within a period
and Non-expendable Supplies of 10 yrs
• Failure of bidding or Monopoly • If Small A and B Contractors
• At least 2 similar contracts with without similar experience
a largest contract of 50% of
required ABC can bid up to their ARCC

134
First Envelope
Eligibility & Technical Components

GOODS INFRA PROJECTS

• Class “A” • Class “A”


• Legal Documents • Legal Documents
• DTI / SEC / CDA registration • DTI / SEC / CDA
• Mayor’s Permit from place registration
of business • Mayor’s Permit from
place of business
• BIR Tax Clearance • BIR Tax Clearance
• Technical Documents • Technical Documents
• Statement of all on-going • Statement of all on-going
and completed contracts and completed contracts
within 10 yrs
• PCAB License and
Registration

135
First Envelope
Eligibility Components
GOODS INFRA PROJECTS
• Class “A” • Class “A”
• Financial Documents • Financial Documents
• Audited Financial • Audited Financial
Statements
• NFCC computation or Statements
10% CLC from a • NFCC computation or
universal or CLC from a universal
commercial bank or commercial bank
• Class “B”
• Valid JVA or duly • Class “B”
notarized statements • Valid JVA or duly
from all JV partners notarized statements
from all JV partners
136
First Envelope
Technical Components
GOODS INFRA PROJECTS
• Bid Security • Bid Security
• Statement of ongoing projects • Statement of ongoing projects
• Statement of SLCC
• Statement of SLCC
• Technical Specifications
• Manpower requirements • Project Requirements
• After sales service/parts • Organizational Chart
• Production &/or delivery schedule
• List of Key Personnel
• Omnibus Sworn Statement
• Equipment List
(OSS) • Omnibus Sworn Statement (OSS)
• NFCC Computation or CLC
• Philgeps certificate of Registration & • NFCC Computation
membership • Philgeps certificate of Registration &
• JVA if applicable membership
• Foreign bidders (Sec 25.2) • JVA if applicable
• PCAB license & registration 137
Second Envelope
Financial Components

GOODS INFRA PROJECTS

• Bid Offer in Bid Form • Bid Offer in Bid Form


prescribed in Bidding prescribed in Bidding
Documents Documents
• Bid Schedule of Prices • Bid prices in BOQ
• Recurring and • Detailed Estimates
Maintenance Cost, if • Cash Flow and Payments
applicable Schedule

138
SAMPLE

139
SAMPLE

140
SAMPLE

141
6. DISCLOSURE OF RELATIONS - Rule XV, Sec. 47
GREAT
TREE OF RELATIONSHIP
GRANDPA/
MA BY CONSANGUINITY
3
4
? Bidders prohibited to apply/ bid if:
GRAND GRANDPA 1. Relatives within the 3rd degree of
PARENTS SIS / BRO
consanguinity or affinity of:
2 • Head of Office
3
PARENTS • BAC members
AUNTS
OR • BAC Secretariat
UNCLES 1 • Technical working group
2
2. Application:
BROTHER
4 a) Sole proprietorship:
YOU OR
him/ herself
SISTER
FIRST SPOUSE
COUSINS b) Partnership :
all officers & members
1 NEPHEWS
c) Corporation : all
CHILDREN 3 OR officers/ directors/ controlling
NIECES
stockholders
d) Joint Venture (JV) :
2 GRAND each member of the JV (a), (b), (c)
GRAND NEPHEWS as appropriate
CHILDREN 4 OR
NIECES
Rule XV of IRR-A of RA 9184
GREAT
GREAT
3
4 GREAT GRAND
GRAND
CHILDREN
CHILDREN
TREE OF RELATIONSHIP
BY AFFINITY

Bidders prohibited to apply/


bid if :
GRAND
1. Relatives within the 3rd
PARENTS
degree of consanguinity
2 or affinity of:
3 • Head of Office
AUNTS
OR PARENTS PARENTS • BAC members
UNCLES 3 • BAC Secretariat
2 1
4 2 • Technical working group
BROTHER 1 Brother ? 2. Application :
FIRST ALAS
COUSINS
OR HARI (Wife)
In Law BROTHER
a) Sole proprietorship :
SISTER Sister
him/ herself
3 1 4
b) Partnership :
NEPHEWS NEPHEWS all officers & members
OR CHILDREN OR
NIECES NIECES c) Corporation :
all officers/ directors/
4 2 5 controlling stockholders
GRAND GRAND
d) Joint Venture (JV) :
NEPHEWS GRAND NEPHEWS
each member of the JV
OR CHILDREN OR
NIECES NIECES (a), (b), (c) as
appropriate
3
GREAT
GREAT 4 GREAT Rule XV of IRR-A of RA 9184
GRAND
GRAND
CHILDREN
CHILDREN
http://www.slideshare.net/daisypbragais/prohibitions-on-appointments-in-the-civil-service
IMMEDIATE FAMILY MEMBERS

Note: Step relationships (step-brother, step-father, etc.) are considered to be the same as blood
relationships.
© 2016 Jacksonville State University | 700 Pelham Rd N Jacksonville, AL 36265
9. PCAB License and Registration Particulars

Allowable Range of Contract Cost (in Million Pesos)


Size
CFYs 2006-2007 CFYs 2008-2009
and License Prior and up to CFYs 2004-2005
Category & 2007-2008 & 2009-2010
Range CFY 2003-2004 & 2005-2006
(For projects (For projects
(For projects (For projects
advertised for advertised for
advertised for advertised for
bidding from bidding from
bidding prior and bidding from July
July 1, 2006 to July 1, 2008 to
up to June 30, 1, 2004 to June
June 30, 2008) June 30, 2010)
30, 2006)
2004)

Large B AAA Less than or Less than or ALL ALL


above 50 above 150
Large A AA Up to 50 Up to 150 Up to 300 Up to 500

Medium B A Up to 30 Up to 100 Up to 200 Up to 300

Up to 15 Up to 50 Up to 100 Up to 150
Medium A B

Small B C&D Up to 3 Up to 10 Up to 15 Up to 30

E
Small A (Trade) Up to 0.5 Up to 0.5 Up to 0.5 Up to 0.5

Per PCAB Circular No. 001 S2009 for Government Projects publicized for Bidding starting 01 July 2009
PCAB Contractor

License Classification
1. Regular 1. General Engineering
2. Temporary 2. General Building
3. Special Joint 3. Specialty
Venture (JV)

9/8/2019 11:26 PM dmsalas 148


KA-A-WAY
CONSTRUCTION
(Formerly Kakampi
Const.)
Project Kinds
General Engineering Construction

GE1 - Road highway, pavement & bridges

GE2 - Irrigation and flood control

GE3 - Dam, reservoir and tunneling

GE4 - Water supply

GE5 - Port, harbor & offshore engineering


Project Kinds
General Building Construction

GB1 - Building & industrial plant


GB2 - Sewerage & sewerage treatment/
disposal plant & system
GB3 - Water treatment plant & system
GB4 - Park, playground & recreational
work
Project Kinds
Specialty Construction

SP-FW - Foundation or Piling Work


SP-SS - Structural Steel Work
SP-CC - Concrete Pre-casting, Pre-stress or
Post-tensioning
SP-PS - Plumbing & Sanitary Work
SP-EE - Electrical Work
SP-ME - Mechanical Work
SP-AC - Air-conditioning or Refrigeration
Work
SP-ES - Elevator & Escalator
Project Kinds
Specialty Construction (cont.)

SP-FP - Fire Protection Work


SP-WP - Waterproofing Work
SP-PN - Painting Work
SP-WD - Well-Drilling Work
SP-CF - Communication Facilities
SP-MS - Metal Roofing & Siding Installation
SP-SD - Structural Demolition
SP-LS - Landscaping
SP-EM - Electro-Mechanical Work
SP-NF - Navigational Facilities
KA-A-WAY
CONSTRUCTION
(Formerly Kakampi
Const.)
CONTRACTOR’S LICENSE
CONTRACTOR’S PARTICULARS
This certifies that

Authorized Managing Officer (name and signature) NOT VALID


KA-A-WAY w/o
CONSTRUCTION BERNARD U. TAN SIGNATURE

Sole Proprietorship/Partnership/Corporation Head Officer Location


(Region)

( Formerly Sole Proprietorship REGION 4A


Taxpayer Identification Number (TIN)
KAKAMPI CONST. )
123-456-789
LICENSE PARTICULARS
License First Issue Date and Number

November 23, 1985 No. (66010) 6115


Validity Period of this License/Renewal

July 01, 2009 to June 30, 2010

Principal Classification and Category

General Engineering AAA


Other Classification/s

General Building
PCAB BOARD RESOLUTION NO. 118
Series of 2011
Enjoining Early Filing License Renewal and Requiring Upfront Payment of P5,000
Additional License Fee (ALF) by Late Filers

Last Digit of License No. Filing Month

0 and 1 February

2 and 3 March

4 and 5 April

6 and 7 May

8 and 9 and new license approved from June


January to June

 Discontinue the submission of “Affidavit of No Operation” and instead,


all renewal filers after June 30 of the contracting year will pay an ALF of
P5,000. 161
REGISTRATION PARTICULARS
Registration Date and Number
No.
March 15, 2005 2005-12053
Validity Period of this Registration

to

August 28, 2014 August 28, 2017


Kinds of Project and Respective Size Ranges
Road, Highway pavement, Railways
Airport horizontal structures and Bridges Large B
Irrigation and Flood Control Medium A
Dam, Reservoir and Tunneling Large A
Water Supply Small A
Port, Harbor and Offshore Engineering Small B
Building and Industrial Plant Small A
Sewerage & Sewage Treatment Medium B
Water Treatment Plant & System Medium B
Park, Playground and Recreational Work Large B
EFFECTIVITY
Handbook on Philippine Government Procurement

•Transitory Period
• Effectivity [Date of Publication of Invitation to Bid (IB) ]

1. RA 9184 January 26, 2003; and IRR- A dated October 8, 2003

2. Before Sept. 02, 2009 — OLD IRR - A

Sept. 02, 2009 onward — NEW IRR

3. Latest: 2016 Edition; effective October 28, 2016


(60 days from publication 29 August 2016 in the Official Gazette)
Topic Outline
1. Objectives
2. Legal Basis (Scope and Application)
3. Definition of Terms
4. HOPE / BAC / Secretariat / TWG
5. Bidding Procedures / Flow Chart for the Procurement of Goods / Infra
Projects
Eligibility Criteria
Bidding Documents (2016 5th Edition)
Pre-procurement Conference
Advertising and Posting of Invitation to Bid (IB)
Pre-Bid Conference
Bid / Performance / Warranty Security
Submission of Bid Envelopes
Bid Evaluation
Post-Qualification
Award of Contract
6. Degree of Relationship (Consanguinity / Affinity)
7. PCAB License and Registration
8. Q & A (Comments/Suggestions)
164
8. Questions ? !

Suggestions/Comments
9/8/2019 11:26 PM 165
CONCLUSION
Q: What do they say our country
needs in order to have:

a.) genuine peace


b.) prosperity / progress
SURVEY RESULTS

We need
Apolitical Leaders / Managers
with strong MORAL fibers
who are imbued with the 5 H
5 H
1. H – onesty (incorruptibility)

2. H – ardwork (devotion to duty)


3. H – umility (low profile)

4. H – umanity (concerned w/ problem of fellowmen)


5. H – eavenly (placing God @ center of one’s life)
-centered
LEADERSHIP:
• accepting responsibility and
taking action to get results
• action not position
Searching for this kind of people
is like looking for a needle in a
haystack, but we are sure, there
are still some within our midst.

Are YOU the one?!


Have a nice day !!!

DIR. HUILLIO B. BELLEZA, MNSA, CESO III


belleza.huillio@dpwh.gov.ph
huillio.belleza@gmail.com

171

Das könnte Ihnen auch gefallen