Académique Documents
Professionnel Documents
Culture Documents
COUNTER-AFFIDAVIT
3. That the above-stated Order from the Hon. Office of the Ombudsman
required the undersigned to submit its Counter-Affidavit on the allegations
of a Complaint-Affidavit dated 18 March 2011 signed and executed by
Benjamin Dimaano chairman of the board of Bendimil Construction and
Development Corporation (COMPLAINANT), and in compliance thereto
herein Respondents respectfully submit the following DEFENSES, to WIT:
5. That paragraphs 5.a. and 5.b. are admitted, while the undersigned
specifically DENY paragraph 5.c., for while indeed the Bids and Awards
Committee issued a Notice of Lowest Calculated Bid (NLCB) to
COMPLAINANT, what was actually intended was a NOTICE OF LOWEST
BID AS READ. COMPLAINANT seems to make too much of the fact that it
had received the subject NLCB six (6) days from the opening of bids,
where neither the BAC nor the TWG had any actual opportunity to make a
detailed evaluation of the bids under PR 00345-10. Simply stated, the
NLCB sent to COMPLAINANT was merely based on the preliminary ranking
from lowest to highest bids during bid opening, subject to 1. Post
Evaluation under RULE IX, Sec. 32 of the Revised Implementing Rules
and Regulations RIRR of Republic Act (RA) 9184 and 2. Post
Qualification under RULE X, Sec. 32 of the same RIRR. COMPLAINANT
should not have been too elated when it received the NLCB as it should
have known that it was subject to the above-stated requirements;
lowest bidder during the bid opening cannot serve as basis for
COMPLAINANT to make an assumption that there was irregularity in the
issuance of a NLCB in its favor, inasmuch as the result of the post-
evaluation report prepared by the TWG-II has pointed to NLV as the bidder
with the LOWEST CALCULATED BID. The RIRR requires that a detailed
evaluation of bids shall be made to ensure fair and competitive bid
comparison, considering the twin criteria of completeness of the bid and
arithmetical corrections under Section 32 thereof. Attached as ANNEX “C”
to “C-8” is the Post Evaluation Report. Notably, in page 4 (ANNEX “C-3”) of
the Report, NLV’s Total Bidded Amount which was initially 19,530,649.27
has been corrected to 18,756,583.18. This would mean that the
difference of its bid offer from the Approved Budget Cost (ABC) has
increased from 17,469.73 to 791,535.82 thus making it the highest
ranking bidder in the Abstract of Bids;
20. That the undersigned likewise vehemently and categorically DENY the
self-serving declarations made by COMPLAINANT in paragraph 5.q. of its
Complaint-Affidavit, particularly that the “BAC is vigorously defending its
decision to issue a second NLCB a total of 46 days after the opening of
bids” and that the “head of the procuring entity is using the delay as a
ground to declare a failure of bidding, [because] the resolution of Vasquez
came only after Bendimil questioned the bid security of NLV”. The latter
statements have no factual basis and are clearly being based on surmises
and imaginations of COMPLAINANT. Where it true that the BAC had
“vigorously defended its decision to issue a second NLCB to NLV”, then
would a later RESOLUTION TO DECLARE A FAILURE OF BIDDING from
no less than the head of the procuring entity be consistent with such
“vigorous” resolve? True, lengthy delays (albeit proof of justification as to
the delay is readily available for the appreciation of the Hon. Office of the
Ombudsman as will be discussed below) were incurred by the BAC, the
TWG-II and even perhaps the procuring entity itself in the entire bidding
process, from the moment the bids were opened up to the failure of bids;
but does the COMPLAINANT have the right in the first place to make a
cavalier DEMAND of the Notice of Award, knowing that it received its
NLCB AS READ without the benefit of post-evaluation? On the other hand,
the NLCB received by NLV was consistent with the provisions of RA 9184
and its RIRR for while there were delays prior to its issuance, the bids
have undergone detailed evaluation on the basis of completeness of the
bid and arithmetical corrections. Had COMPLAINANT been more
professional, it should have followed GPPB’s advice in its letter dated 23
September 2010 to seek a clarification from the procuring entity, on
which among the notices issued is correct;
(x-x-x)
Emphasis supplied.
Apparently being not satisfied with the above-stated advise of no less than
the GPPB, herein COMPLAINANT brings before the Hon. Office of the
Ombudsman a totally baseless, malicious and troublesome Complaint all
because of a controversy which started by virtue of COMPLAINANT’s own
misleading and self-serving declaration that it is entitled to demand for
itself a Notice of Award of the project.
24. That the undersigned categorically and vehemently DENY the entirety
of paragraph 51, page 4 of the Complaint-Affidavit, as the same contains
sweeping and unfounded accusations of violation of Section 65 b) and e) of
RA 9184, and further specifically set forth their defenses specifically as
FOLLOWS:
“a. That contrary to Sec. 34.8 of Rule IX of the IRR, respondent members of
the BAC deliberately delayed the post-qualification process on Bendimil
beyond the mandatory 7-day maximum period in order to give undue
benefit, advantage and preference to NLV.”
forwarded to the TWG-II for post-evaluation all the bids submitted in the
three (3) infrastructure projects as stated above. This has, needless to state,
tripled the workload of the TWG-II, hence on 19 July 2010 it requested for an
extension of time to submit its post-evaluation report to the BAC. Further
delay was caused due to the several queries presented by the ZCWD before
the GPPB and the Insurance Commission as evidenced by its letters dated
____________________, hereto attached as ANNEXES D and E, respectively. As
a measure of prudence and judiciousness, the ZCWD and its BAC deemed it
wise to defer proceedings on the bidding process, pending replies from the
afore-stated official queries.
“b. That 46 days after the opening of the bids, the BAC issued a second
NLCB to another bidder, without first post-disqualifying Bendimil and even
any notice as to the grounds for such disqualification, if any, as required
under section 34.5 of the IRR; that significantly the BAC issued said second
NLCB to NLV without subjecting the 2nd and 3rd lowest bidders to post-
qualification as required under Section 34.6 of the IRR.”
“c. That when Bendimil demanded for the results of the ‘recalculated bid
price as evaluated by the TWG’ showing NLV as the lowest bidder, the BAC
could not even present any.”
Be that as it may, for the satisfaction of COMPLAINANT and due to the fact
that the bidding process has been rendered moot and academic by virtue of
the failure of bidding, the undersigned has attached the post-evaluation
report and findings of the TWG-II (already attached as ANNEX “C” to “C-8”
as indicated above), with emphasis on page 4 thereof, highlighting the fact
that NLV’s bid offer which was initially 19,530,649.27 has been corrected
to 18,756,583.18, as already explained in paragraph 8, page 2 of this
Counter-Affidavit.
“d. That the explanation of the BAC that the delay in the post-qualification
was caused by the travel of TWG members is not tenable. (x-x-x)”
namely PR Nos. 00345-10 and 00458-10. No less than the GPPB has
affirmed the authority of the HOPE to appreciate facts and interpretations of
law, review recommendations presented before him by the BAC, and
thereafter render a decision or resolution on the basis thereof. The facts and
circumstances involved in PR No. 00340-10 (Talon-Talon Pipeline
Replacement Project) are not to be confused with those in PR Nos. 00345-10
and 00458-10. It was the best judgment and for the benefit of the ZCWD
that the HOPE decided to push through with PR No. 00340-10, and when it
decided to declare a failure of bidding with respect to PR Nos. 00345-10 and
00458-10. This is best shown by the numerous queries (see letters with
corresponding replies from the GPBB hereto attached as ANNEXES I, J, K, L
& M respectively) the HOPE has presented before the GPPB before coming
up with its Resolution dated 05 January 2011 declaring a failure of bidding.
The Supreme Court has declared in ALBAY ACCREDITED CONTRACTORS
ASSOCIATION, INC. vs. HON. OMBUDSMAN, ET. AL., {G.R. No. 133517;
January 30, 2006} : “The discretion to accept or reject a bid and award
contracts is vested in the government agencies entrusted with that
function. The discretion given to authorities to accept or reject a bid is of
such wide latitude that courts will not interfere, unless it is apparent that it
is exercised arbitrarily, or in the language of Bureau Veritas vs. Office of the
President {205 SCRA 705 (1992)}, used as a shield to a fraudulent award.
The exercise of that discretion is a policy decision that necessitates
prior inquiry, investigation, comparison, evaluation and
deliberation.”
“f. That GM Vasquez cancelled the bidding results without conducting the
post-qualification on the 2nd and 3rd lowest bidders; that obviously, “failure of
bidding” is intended to ensure that the 2nd and 3rd bidders will not post-
qualify, so that NLV can still win in a new bid.”
28. The undersigned have the right to be protected against malicious and
oppressive prosecution, to be secure from an open and public accusation
of a crime and from the trouble, expense and anxiety of a public trial.
Proof, not mere conjectures or assumptions, should be submitted to
indicate a person’s criminal liability, for otherwise the accusations would
serve no other purpose than to bother, coerce, and harass innocent public
officers such as the undersigned.
29. That this affidavit is being executed for the purpose of jointly and
severally countering the charges as alleged in COMPLAINANT’s Counter-
Affidavit, and for the purpose of causing the dismissal of the instant case
before the Office of the Hon. Ombudsman-Mindanao for utter lack of
merit.