Professional Documents
Culture Documents
MFMulti 1127
MFMulti 1127
DEPARTMENT OF HEALTH
REGIONAL OFFICE XI
J.P. LAUREL, BAJADA, DAVAO CITY
Trunk lines No: (082) J05-t90J/t9&/tm6r227-4071
Far No. (082) 22r6320
Emaili drv.o@doh.gov.ph , J Ltrllr
April 24,2018
RO XIORDER
No.2ots - ffi4f
SUBJECT:
Starting May 2, 2018, all DoH-RoXl employees are directed to use the attached
checklists (Annex A to Annex T) in every disbursement voucher. End-users are
enjoined to attach whatever checklist is applicable in their transactions.
Further, a check (/) ma'k must be indicated in the "SUBJ[{I[ED,, column to indicate
the presence of the documentary requirement as attachment to the financial claims.
Everyone is also directed to indicate on the face of the disbursement vouchers all the
supporting documents attached.
rddacctghsd
: al '/;
sa\
\F
-\' '
!rl!
"Sistemang Ayos, Serbisyong Lubos...lSO na tayo."
DOCUMEI{TARY REqUIREMET{T5 PER COA CIRCUI.AR 2OI2-IIO1 ANNEX A
"'oisbursement voucheE ond ObliEotion Request ond Stqtus are inherent documentory requitements tor o trolsoctigns rcqui ng
cqsh disbur*ments
1 TravelOrder
2 Itenerary ofTravel
'*'Disburcement vouchers and obligation Request dnd stotus ore inhetent documentory requiremeng fot oll
tronsactions rcquirtng cosh disbursements
rocl\t TRAVET
Paper/electronic plane, boat or bus tickets, boarding pass, termin-al
1
fee
2 Certifi cate of Attendance/Appearance
3 Copy of previously approved ltinerary of Travel
Revised or supplemental Office Order or any proof supporting the
4
change of schedule
Revised ltinerary of Travel, if the previous approved itinerary uras
5
not followed
6 Llquidation Report (if cash advance was granted)
Certification of Expenses not Requiring Receipts (for expenses not
1
exceeding P 300)
Reimbursement Expense Receipt (RER) for expenses more than p
8
300 without official receipts
9t OR in case of refund of excess cash advance (in case of CA) I
ls_l Certificate of travpl comnlptpd :
T
"'Disbursement vouche6 ond Obligotion Request ond Status dre inhercnt documentory requiremenB lor otl trdnssctions
rcq uidng cash di sburseme nts
NOT
HONORARIA SUBMITTED REMARKS
SUBMITTED
Office Order creating and designating the BAC
1 composition and authorizing the members to collect
honoraria
2 Minutes of BAC Meeting
Notice of award to the winning bidder of procurement
3
activity bginB claimed
Certification that the procurement involves competitive
4
bidding
Attendance Sheet listing names of attendees to the BAC
5
meeting
DOCUMENTARY REqUIREMEI{TS PER COA CIRCUI.AR 2012-q)1 ANNEX F
tttoisbu.tarncnt voudart ond obligotion Request ond saoaus a.c tnharena documentory rcquiremeots Jor ott tronsoctions rcquhtog cosr,
dlsbu6en'€,nl5
'*'Disbursement vouchers ood Obtigotion Request ond Stdtus ore inherent documentory requirements for oll tansoctions
rcqui rin g cosh d isbutse me nts
"'Disbutsement voucheR ond Obligotion Request ond Stotus ore inherent documentory requhements lor all
tronsactions rcguhing cash disbuEements
LOYALTY AWARD
1 Service Record
Certification from the HRMO that the claimant has not incurred
more than 50 days authorized vacation leave without pay within
3
the 10-year period or aggregate of 25 days authorized vacation
leave without pay within the 5-year period, as the case may be
DOCUMENTARY REQUIREMEI,ITS PER COA C|RCUTAR ZO12-OO1 ANNEX J
*"Disbursement voucheo ond Obligotion Request
and Stotus ore inherent documentory rcquirements lor olt trunsoctions
req u hi ng cdsh disburse me nts
ofthe approved original plans indicatin gthe affected ponionlsl of ttre pro;ect and
revised plans and specifications, if apptacable, indicating the changes made which
of the agency's report estabtishinS the necessaty/justification for the need of such
CO and/or EWO whach shatt include: la) the computation as to the quantities of the
additional works involved per item indicating the spe(ific stations where such works are
3
needed; (b) the date of inspection conducted and the results of such inspection; (c) a
estimate of the unit cost of such items of work for new unit costs includinS
sl Copyof the approved detailed breakdown of;ontract cost forthe ririation order-
the COA Technical Evaluation Report for the
lfthe Variataon Order to be reviewed is notthe 1st variation order. aI oithelbove-
requirements for all previously a pproved variation orders, if not yet reviewed,
copyof the COATechnicat Evatuation Reportforthepreviouslyapproved
other documents peculiar to the contract and/or to the mode of procurement and
in the audito.ial reviewand in the technicalevaluation
ayment
t plan5
nru'r MuncY
1e5
The total retention money shall be due for release upon fina I accepta nce of the works. The contractor may, however, request the substitrrtion
of the .etentaon money for
each progress billing with irrevocable standby letters of credit from a commercialbank, bank guaranties
or surety bonds callable on demand, ofamounts equivalent to the
retention money substituted for and acceptable to the 8overnmen! provided that the poect is on schedule
and is satisfactorily undena ken
Any security in the form otcash, bank Suarantee, irrevocable standby letterofcredit
from a commercial bank, GSIS or surety bond callable on demand
cation from the end-userthat the projeci is completed and inspected
DOCUMENIARY REqUIREMENTS PER COA CIRCUIAR 2012{01 ANNEX L
*"Di5bur9€m.nt vouche6 cnd obttgatioo Requett
ond stdtus ore inherent docufientory require.nents for o tronsoctions requi.ing cosh
disburt men,s
"'Oisbur*rnent Vqtchers ond Obl,goaion R.qu.st ond Stotus ot. hhet nt do.um.naory rcquiref./, nrs,ot a
uantoztion rcquirin''cash dtsbursan nts
5UPPU6 MATERIALS, EqUIPMEI.T ANO MOTOR t{of
SUSMITTEO RTMARXS
vEHtcus 5UAMIT]EO
I Certificate of Erclusive Oistributorship, if
applicable
2
Sample5 and brochures/photograph' i,
applicable
5
Waiver of the winning bidder if applicable
6 Confirmation of venue
7 Statement of Account/lnvoices/Bills
Contractor's bill
4 Cenificate of 4cceptance
5 Record of Attendance/Service
Proof of remittance to concerned government agency and/or GOCC,5
6
(BrR/sss/HDMF)
Such other documents peculiar to the contract and/or to the mode of
7 procurement and considered necessary in the auditorial review and in the
technical evaluation th€reof
OOCUMENTARY REQUIREMENTS PER COA CIRCUTAR 2012-OO1 ANNEX P
*'*oisbursement vouchers ood obliEotion Request ond
stotus dre inherent docufientory requirements Jo. ott tronsoctions requiing cdsh
disbuEements
REPAIR AND MAINTENACE OF EqUIPMENT AND MOTOR VEHICI,ES SUBMITTED NOT SUBMITTED R€MARK5
1 Copy of pre-repai. evaluation report and approved detailed plans by the
agency showing in suf{icient detail the scope of work/extent of repair to
be done
2 Report of Waste Materials
3 Warranty Certificate
4 Request foj Payment
5 Bill/lnvoices
Post-lnspedion and Acceptance Report prepared by the
6 Department/Agency property inspector and signed bythe Head of Agencv
or his authorired representative
Such other documents peculiarto the contract and/orto the mode of
7 procurement and considered neces5ary in the auditorial review and in the
technical evaluation thereof
DOCUMEMIARY REQUIREMENTS PER COA CIRCUTAR 2OI2{01 ANNEX R
t'*Disburcement Vouchers dnd obligo,ion Request ond
stotus arc inhetent documenaory reguirements lor oll tronsoctions requiring cosh
disbu/.$ements
out ol the qPprcptiotions oqthorized in the GAA ,or Mqintendnce ond Oaher operuting Expenses (MOOE) lot eoch depoinent,
bureou, olfice or ogency, oo onnuol amount not exceeding one Thoussnd fwo Hundrcd pesos (p7,sM) per eoployee-
Participont may be used for ahe purchose ol cortune or unilorm, ond other rcldted expenses in the conduct ol culturol ond
PUBIIC BIDOING SUBMITTID NOT5UBMITTEO REMARrc
I lAuthentilatedphotocopyof theapp.ovedAPPandanyamendmentrhereto
cont.act suppo(ed by the followin6 documents which are required
COA Ci.cular No. 2(x)9{O1 dat€d february 12, 2009 and COA
No- 2005-027 dated February 28,2005 to be rubmirted to the
Oftice within iv€ dayr ftom the execution of the contract:
)r EliSibility to Bid
r PhalcEPs
fro.n th. H€ad of BAC Secretariat on the postint of
Ihe scaled ioor plans of the buildint and other areals covered by the s€rvice conrract
(f or janitorial servlces)
' complete copy of th€ building floor ptans indicatint in shaded cotors the rentabte soace
- Copy ofthe Ceniffcate ofoccupancy of the buitding
or appropriate approved
docum€nts showintthe d.te the buitding wa5 construct€d or ase of the buitdinr
- Compl€t€ d6cription of lhe buildint as ro typ€, kind and
class inctuding irs compon€r,t
parts and equipment faciliticx such a5, but nor timited to prrkint areas, elev.torr, air-
conditioninS syst€ms, fi refi thtint equipment etc.
- Copy of the Master of Deed oe.taration and R€skicrions tn
case of tease/rentalof offi*-
1
accepted by tle supplier (date ofacceptance must be clearly indicated, especially when
the time or date ofdelivery is dependent on or will be counted from the date of
acceptance of the purchase order/letter order/contract)
Proof of posting of invitation or request for submission of price quotation in the philGEpS
website, website ofthe procurin8 agency, ifavailable, and at any conspicuous place
re'€rved forthis purpose in the premises ofthe procurinS aSency for a period ofseven
2
d ays in case of Shopping il nde r Section 52. 1(b), a nd N eSotiated procu rement
calenda r
under Sections 53.1(two failed bidding)and 53.9 (smal value procurement) ofthe
Revis€d IRR of tlA No.9184
Performance and warranty securities, except for shopping and negotiated
3 procurement under emergency cases, small value procurement, lease of real property
and United Nation (UN)agencies
BAC Resolution recommendin8 and justifying to the Head of procuring Entity (HOPE) the
4 use of alternative mode of procurement and approval by the HOpE ofthe BAC Resolution
recommending award of contract
Proof of posting of Notice of Award in the philcEpS website, the website of the procuring
5 entity concerned, ifavailable, and at any contpicuous place resefted for thi5 purpose in
the premises of the procuring entity
6 Approved Procurement plan
Approval by the HopE o. his duly authorized representative on the u- oithe-iiErna-tive
7
methods of procuremen! as recommended by the BAC
prospecive bidder th.t it is not blacklisted or barreO frorn OrOairAty
I lStatement ofthe
Ithe Government or any of it5 agencies, otfices, corporations or LGU5
9
sworn affdavit of the bidder that it is not retateA G ttre xonr f y 6ffiu intliiihn ity
up to the third civildeBee
Ad(,itional DOCUmentarv RFduirFm.ni< Lr r imlre.l <^rr,.. rii,rih,
copy ofdirect invitation to bid served by the concerned agency to allsupptiers or
consultants appearing in the late-selected tist of manulacturers / suppliers/ distributors
10
with known experience and proven capability on the requirements Ofthe panicular
contract
11 Winning bidde/s offer or proposal
Abstract of bids showing the most rerponsive and comptying biader from amonS ttte
L2
other bidders who participated in the bidding
13 Notice ofAward
Documentary requirements under Sections 23.1 and 25.2(a) for goods, ZA.f ana ZS:(U)
t4 for infrastructu.e, 25.1 and 25.2(c) for consultancy services, of the Revised tRR of RA No.
9184
15 Such other documents peculiar to the contract and/or to the mode of procurement and
considered necessary in the auditorial reyiew and in the technicalevaluation thereof
16lBid security (requared under Section Sa.a tnn-e, RA to. 9184)
of letter to select"d."nul"ctr."r7@
,: Copy
and conditions of sale
Cenificate of Exclusive Dist.ibutorship issued by the principal under oatt
18 authenticated by the embassy/consulate nearest the place "nA
ofthe principal, in case of
foreign suppliers
certification from the agency
"uthori.ed
o@
19 lower prices and for which no suitable substitute can b€ obtained at more advantageous
terms to the government
cenification of dre BAc in case of procurementof criticatlEntiomponEns and-[ii6
20
maintain cenain standards
AI-TERNATIVE MODES SUEMITTED NOT SUBMITTED REMARKS
Study/Survey done to determine that there are no sub-dealers selling at lower prices and
2l for which no suitable substitute can be obtained at rnore advantageous terms to the
SOVernment
22 Such oth€r documents peculiaa to the contract and/or to the mode ofprocurement and
considered necessary in the auditorial review and in the technical evaluation thereof
Additional Documentary Requirements for Repeat Order
Copy ofthe original contract us€d as basis for repeat order indicating thatthe original
23
contGct was awa.ded through public bidding
Certification from the Purchasing Departmenvoffice that the supplier has complied with
24
allthe requirements under the original
Additional Documentary RequireEglts fo, Shopping
Price quotations from at least three (3) bonafide and reputabte
25
manulacturers/suppliers/distributors
26 Abstract ofCanvass
Additional Documentary Requirements ror Negotiated procurement
2l Price quotation/bids/final offers from at least be three invited suppliers
Abstract of submitted Price Quotation
29 BAC Resolution recommending award ofcontract to Lowest Calculated Responsive Bid (LCRB
Agenq/s offer for ne8otiations with selected suppliers, contractors or consultants
31 Certification of BAC on the failure ofcompetitive bidding forthe second time
Evidence of invitation of observe6 in all stages of the negotiation
33 Eligibility documents in case of infrastructure projects
34 Justification as to th€ necessity of purchase (for emergency cases)
35 Copy ofterminated lontract (in case oftake-over of contracts)
Reasons for the termination (in case oftake-over of contracts)
Negotiation documents with the recond lowest calculated bidder or the third lowest
calculated bidder in case offailure of negotiation with the second lowest bidder. tf
37
negotiation stillfai15, invitation to at leartthree eligible contractors (in case oftake-over
ofcontracEl
Approval by the Head ofthe Procuring Agency to negotiate contracts for proiects under
38 exceptional cases(in case of take-overof contracts)
39 Letter/invitatign to submit proposals (for SVp)
Original contract and any document indicating that the same resulted from competitive
40 biddin8 (for adjacent or contiguot s projects)
Scopeofwork which should be related or similar to the scope of work of the original
4l contract (for adjacent or contiguous projects)
Latest Accomplishment report ofthe originalcontract showing that there was no
42 negative slippaSe/delay (for adjacent or contiSuous projects)