BID EVALUATION REPORT
(SF-GOODS-43)
Date: 22 August 2018
I. PROJECT IDENTIFICATION
Name of the Project Drainage Structure Along Maribbay Street: PB-INF-001-2018
Procuring Entity Barangay Ugac Sur
ABC
Php1,000,000.00
Method of Procurement Public Bidding
The Barangay Ugac Sur , through the Aid to Barangay for Calendar Year 2018, applied the sum
of One Million Pesos (Php1,000,000.00) to payments for the Procurement Project: Drainage Structure
Along Maribbay Street under PB-INF-001-2018.
II. PROJECT BIDDING PROCESS
Pre-procurement Conference Date: July 27, 2018
Date Posted: August 1, 2018
A. PhilGEPS
Invitation To Bid B. City Government website
C. Conspicuous places in the premises of the following:
Barangay Hall, City Hall and Mall of the Valley
Pre-bid Conference A. Date: August 8, 2018
B. Number of Prospective Bidder(s): _________
Issuance Date: August 1, 2018
Bidding Documents
A. Number Issued: _____
Pursuant to the provisions of R.A. 9184, the Procurement Project was advertised through
the facilities of PhilGEPS on August 1, 2018, while posting of the same Invitation To Bid in three (3)
conspicuous places was done on the same date.
___________Name of Bidder/s____________ responded to the invitation and eventually purchased
Bidding Documents. A Pre-bid Conference was conducted on August 8, 2018, which was attended by
the BAC members to discuss the contents and other important provisions of the document. A COA
representative and two (2) others were invited as observers.
III. BID SUBMISSION AND OPENING
Bid Submission/Receipt Date/Time: August 21, 2018 before 9:00 AM
Bid Opening Date/Time: August 21, 2018 at 10:00 AM
Bids Submitted/Received Number: ____
The date and time for the opening of its bid was on August 21, 2018 at 10:00 AM.
___________Name of Bidder/s____________ dropped their bids before 9:00 AM of same date. The formal
opening and reading of the bid, using the “Pass/Fail” criteria was then conducted.
IV. PRELIMINARY EXAMINATION
A. ELIGIBILITY AND TECHNICAL PROPOSAL (First Envelope)
Bidder 1 Bidder 2
Documents for Outright Disqualification
Pass/Fail Criteria (P/F)
1. Business Name Registration
2. Mayor’s Permit
3. Tax Clearance
4. List of On-going Government and Private Contracts
5. Statement of Single Largest Completed Contract (SLCC)
7. Audited Financial Statements
8. Net Financial Contracting Capacity
9. Joint Venture Agreement
10 Bid Security
.
11 Delivery Schedule
.
12 Conformity with Technical Specifications
.
13 Omnibus Sworn Statement
.
___________Name of Bidder/s____________ “Passed” the requirements on Documents for Outright
Rejection, having complied and submitted all the required documents; hence, the BAC proceeded to
open their financial proposals.
B. FINANCIAL PROPOSAL (Second Envelope)
Acceptance for
Name of Bidder Bid Form Price Schedule Financial Proposal
(Pass/Fail)
Bidder 1
Bidder 2
___________Name of Bidder/s____________ “Passed” the criteria on Financial Proposal.
V. BID PRICES (As Read)
CONTRACTOR/COMPANY/BIDDER Bidder 1 Bidder 2
AMOUNT OF BID ( IN FIGURES) Php900,000.00 Php980,000.00
Nine Hundred Nine Hundred Eighty
AMOUNT OF BID ( IN WORDS)
Thousand Pesos Thousand Pesos
REMARKS (Complying/Not Complying) COMPLYING COMPLYING
___________Name of Bidder/s____________ “Complied” with the amount of their bid prices,
which are lower than the ABC of Php1,000,000.00.
VI. DETAILED EVALUATION OF THE BID
CONTRACTOR/COMPANY/BIDDER Bidder 1 Bidder 2
Amount of Bid Php900,000.00 Php980,000.00
Rank 1 2
Variance of Bid From ABC Php100,000.00 Php20,000.00
% of Variance of BID from ABC 10% 2%
Form of Bid Security Bids Securing Declaration Bids Securing Declaration
Bank/Company n/a n/a
Number n/a n/a
Validity Period n/a n/a
Bank Guarantee/Bid Security Amount n/a n/a
Sufficient/Insufficient n/a n/a
Remarks (Complying/Not Complying) Complying Complying
The Approved Budget of the Contract (ABC) is Php1,000,000.00. _________Name of Bidder/s____
Proposals were lower than the ABC. The evaluation on the submitted applicable Price Schedules were
done to check the mathematical computation to ensure their correctness. After the evaluation, no
error was noticed, thus the bid proposals were “Complying”. Comparing the bids, ____Name of
Bidder____, Inc. ranked number one (1), while _________Name of Bidder____. ranked number two (2).
VII. DECLARATION
The BAC hereby declare __________Name of winning bidder__________ _ as the Lowest
Calculated Bidder for the Procurement Project: Drainage Structure Along Maribbay Street.
VIII. FURTHER ACTION
The Technical Working Groupis hereby directed to subject the bid of
__________Name of winning bidder___________for Post-Qualification to further evaluate its
responsiveness.
REMELIN M. ADDUN ALBERTO B. BALUBAL
BAC Member BAC Member
RICARDO T. BARIUAN FE P. CALDEZ
BAC Member BAC Member
FRANCISCO B. MARIBBAY
Chairman
Received by: Technical Working Group
`