0% found this document useful (0 votes)
110 views12 pages

Y

The Commission on Audit (COA) awarded a bidding contract to Audio Visual Driver International, Inc. (Audio Visual) over Link Worth International, Inc. (Link Worth) despite Audio Visual's bid failing to meet several technical specifications. The Regional Trial Court and Court of Appeals found that COA committed grave abuse of discretion in awarding the contract to Audio Visual and denying Link Worth's protest. While the appellate court affirmed most of the lower court's ruling, it deleted the damages award against COA, citing COA's immunity from suit. COA has petitioned the Supreme Court to question these rulings.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
110 views12 pages

Y

The Commission on Audit (COA) awarded a bidding contract to Audio Visual Driver International, Inc. (Audio Visual) over Link Worth International, Inc. (Link Worth) despite Audio Visual's bid failing to meet several technical specifications. The Regional Trial Court and Court of Appeals found that COA committed grave abuse of discretion in awarding the contract to Audio Visual and denying Link Worth's protest. While the appellate court affirmed most of the lower court's ruling, it deleted the damages award against COA, citing COA's immunity from suit. COA has petitioned the Supreme Court to question these rulings.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 12

G.R. No.

182559 March 13, 2009

COMMISSION ON AUDIT, represented by its Chairman, GUILLERMO CARAGUE, Petitioner,


vs.
LINK WORTH INTERNATIONAL, INC., Respondent.

DECISION

TINGA, J.:

The Commission on Audit (COA), through the Office of the Solicitor General (OSG), questions the
Decision1 dated April 21, 2008, of the Court of Appeals in CA-G.R. SP No. 94345, which affirmed the
Decision2 dated January 18, 2006 of the Regional Trial Court (RTC) of Quezon City, Branch 222, as amended
by the RTC’s orders dated February 13, 20063 and March 10, 2006,4 nullifying the COA’s award of a bidding
contract in favor of Audio Visual Driver International, Inc. (Audio Visual). The assailed Decision, however,
deleted the RTC’s award of damages in favor of herein respondent Link Worth International, Inc. (Link Worth).

The undisputed facts are quoted from the Decision of the appellate court as follows:

On July 14, 2004, the Commission on Audit’s Bids and Awards Committee (COA-BAC) conducted a bidding for
various information communication technology equipment, specifically for Lot 6, which includes 3 units of
document cameras.

Link Worth and Audio Visual were among the bidders declared by COA-BAC to have "passed" the technical
specifications for the equipment. However, COA-BAC did not disclose the respective specifications of the
equipment offered by the bidders. Thereafter, the COA-BAC opened the envelopes containing the financial bid
for Lot 6, which were as follows:

Bidder Bid Amount


All Visual P2,801,000.00
Columbia Tech P2,953,392.00
Audio Visual Driver P3,299,000.00
Link Worth P3,357,000.00
Ayala P3,599,251.00
Unison P4,000,000.00

Not having made the lowest financial bid among the "passing" bidders, Link Worth thought that it had lost the
bidding, until the COA-BAC asked Link Worth and Audio Visual for product demonstration of their document
camera. Link Worth, later, learned that the COA-BAC disqualified the first 2 lowest bidders for failure to meet
the technical specifications.

On August 13, 2004, Link Worth and Visual Driver conducted the product demonstration. Link Worth told the
Technical Working Group (TWG), before whom the project demonstration was conducted, that the equipment
offered by Audio Visual failed to satisfy the technical specifications required for the document camera. Link
Worth identified the following technical specifications which Audio Visual failed to satisfy:

Bid Specifications Audio Visual Specifications


Frame Rate 15 frame/second 2-way Filter Control
Power Supply DC 12V 6V Power Supply
Maximum Weight 1.5 Kg. 1.7 Kg.

Link Worth insisted that the technical specifications should be strictly complied with. Audio Visual did not
dispute that their equipment, the Ave Vision 300 camera, failed to meet the product specifications required.
After the product demonstration, the TWG asked Audio Visual to submit a clarification as to the frame rate of
the document camera. Thus, Audio Visual submitted a certification, dated September 6, 2004, issued by
AverMedia Technologies, Inc., that Aver Vision 300, complies with the 15 frames/second specification.
AverMedia, Inc. is the manufacturer of the Aver Vision 300, the document camera offered by Audio Visual.

In a Memorandum, dated August 16, 2004, the TWG recommended that the contract for Lot 6 be awarded to
Audio Visual for the following reasons:

1. Performance, in terms of capture, projection of images on the screen, digital zoom and pan and
180orotation function

2. Sharper image projection than that of the Lumens DC80A

3. Ease of Use

4. Compact and Sturdy

5. With remote Control

6. The 0.27kg. weight excess is immaterial

On September 2, 2004, Link Worth filed with COA-BAC a motion for the reconsideration of the TWG’s
Memorandum, alleging that the Audio Visual’s document camera failed to comply with the technical
specifications. Link Worth prayed for the reversal of the TWG’s recommendation to declare Audio Visual as the
lowest calculated responsive bid. Link Worth also alleged that the bidding rules and regulations were violated
when TWG member Engr. Bernardita Geres, received Audio Visual’s certification that its document camera
complies with the 15 frame/second specifications.

On September 14, 2004, COA-BAC awarded the contract for Lot 6 to Audio Visual. 1avvphi 1

On September 20, 2004, Link Worth wrote to COA-BAC, questioning the award of the contract to Audio Visual
and prayed that the COA-BAC award the same to Link Worth having submitted the lowest calculated
responsive bid. On September 23, 2004, Link Worth received a faxed letter dated September 21, 2004, from
COA-BAC dismissing its complaint.

On September 27, 2004, Link Worth filed a formal protest with the COA Chairman Guillermo Carague.
However, the same was likewise dismissed in COA’s Order dated December 9, 2004, issued by Assistant
Commissioner Raquel R. Ramirez-Habitan, under authority of the Chairman.

On February 2, 2005, pursuant to Section 58 of R.A. No. 9184, otherwise known as the Government
Procurement Reform Act, Link Worth filed a Petition for Certiorari under the 1997 Rules of Civil Procedure,
ascribing grave abuse of discretion to the COA "when it denied Petitioner’s protest, which denial effectively
sanctioned the disregard of technical specifications by COA-BAC in the subject procurement, and sanctioned
the clear violations of the Procurement Law and its IRR-A."

On January 18, 2006, the RTC rendered the assailed Decision, as amended by the RTC’s Orders, dated
February 13, 2006 and March 10, 2006, disposing as follows:

WHEREFORE, premises considered, the petition for certiorari is hereby GRANTED and accordingly, the
assailed Resolution, dated December 9, 2004 is REVERSED and SET ASIDE for having been issued in grave
abuse of discretion amounting to excess of its jurisdiction and accordingly, the award of the subject bidding in
favor of private respondent Audio Visual Driver International, Inc. (AVD) is NULLIFIED and respondent COA is
directed to pay petitioner the following amounts:

(1) ₱100,000.00 as exemplary damages;

(2) ₱100,000.00 as attorney’s fees;

(3) Cost.

Rejecting COA’s assertion that the contract’s technical specifications varied insignificantly with those submitted
by Audio Visual, the RTC ruled that COA committed grave abuse of discretion in awarding the bid contract to
Audio Visual and in denying Link Worth’s protest. The RTC found that "COA’s manifest conduct in awarding the
contract to a bidder which failed to comply with the requisite bid specifications from the very beginning smacks
of favoritism and partiality toward [Audio Visual] to whom it awarded the contract. In sum, estoppel, whether by
silence or laches, is unavailing in this case. Otherwise, it would stamp validity to an act that is against public
policy."

The RTC rejected COA’s assertion that "even as the technical proposal of [Audio Visual] varied from the bid
specifications, these variances were found to be insignificant and did not warrant the bidder’s disqualification."
The RTC ruled that "if COA knew that any such deviation would be immaterial, then it should not have specified
the technical standards/requirements which must be met at the first step of the bid qualification. The RTC notes
that when COA found that "the technical specifications submitted by [Audio Visual] were not the same as that
of the bid specifications provided by COA, it should have rejected [Audio Visual’s] bid upon opening of its
technical bid envelope and not pronounce it as having ‘passed’ the bidding criteria." The RTC further ruled that
"the certification xxx and information from the internet was received and obtained after the product
demonstration had already been conducted," in violation of Section 26 of R.A. No. 9184.5

The Court of Appeals affirmed the RTC’s finding that Audio Visual failed to comply with several technical
specifications required of the document cameras, and that COA violated certain provisions of R.A. No. 9184
and its Implementing Rules. However, the appellate court deleted the award of damages to Link Worth, holding
that COA cannot be held liable for damages as this would violate the commission’s immunity from suit. COA
and Audio Visual were directed to make mutual restitution.

In the instant petition6 dated June 3, 2008, filed under Rule 45 of the Rules of Court but erroneously entitled
Petition for Certiorari, COA asserts that the post-qualification proceedings it conducted showed that Audio
Visual’s document camera was compliant with the required technical specifications. Moreover, Link Worth is
allegedly estopped from questioning the "pass" rating granted by COA to Audio Visual since the former failed to
raise an objection to the acceptability of the technical specifications of Audio Visual’s bid during the preliminary
examination stage.

Link Worth filed a Comment7 dated July 30, 2008, asserting that COA had ignored the required technical
specifications when it awarded the contract to Audio Visual. Specifically, Link Worth points out that Audio
Visual’s document camera merely provided a two (2)-level flicker filter which lessens but does not eliminate the
flicker effect contrary to the required frame rate of 15 frames/second. The 12V power supply requirement was
also not met because Audio Visual’s document camera used a 6V power supply. The camera’s weight of 1.77
kg. also exceeded the required maximum weight of 1.5 kg.

COA allegedly allowed subjectivity to come into play when it allowed end-users to participate in the decision-
making process contrary to R.A. No. 9184,8 which seeks to eliminate subjectivity in award of government
contracts. Link Worth further insists that it availed of the remedies under R.A. No. 9184 in its effort to question
the award to Audio Visual and can thus not be held in estoppel.

Finally, Link Worth claims that it suffered damages by reason of COA’s breach of R.A. No. 9184 and should
accordingly be allowed to recover its losses from COA.
The OSG deemed it best not to file a reply.9

Public bidding as a method of government procurement is governed by the principles of transparency,


competitiveness, simplicity and accountability. These principles permeate the provisions of R.A. No. 9184 from
the procurement process to the implementation of awarded contracts. It is particularly relevant in this case to
distinguish between the steps in the procurement process, such as the declaration of eligibility of prospective
bidders, the preliminary examination of bids, the bid evaluation, and the post-qualification stage, which the Bids
and Awards Committee (BAC) of all government procuring entities should follow.

Except only in cases in which alternative methods of procurement are allowed, all government procurement
shall be done by competitive bidding.10 This is initiated by the BAC, which advertises the Invitation to Bid for
contracts under competitive bidding in order to ensure the widest possible dissemination thereof.11 The BAC
then sets out to determine the eligibility of the prospective bidders based on their compliance with the eligibility
requirements set forth in the Invitation to Bid12 and their submission of the legal, technical and financial
documents required under Sec. 23.6, Rule VIII of the Implementing Rules and Regulations of R.A. No. 9184
(IRR-A).

It is well to note at this point that among the technical documents required of prospective bidders to aid the
BAC in determining their eligibility to bid is a statement of the prospective bidder of all its ongoing and
completed government and private contracts within the relevant period, including contracts awarded but not yet
started. In relation to contracts which are ongoing, completed, or awarded but not yet started, the prospective
bidder shall include in the statement the name of the contract, date of the contract, kinds of goods sold, amount
of contract and value of outstanding contracts, date of delivery, end user’s acceptance, if completed, and
specification whether the prospective bidder is a manufacturer, supplier or distributor.13 The technical
specifications of the particular contract specified in the Invitation to Bid is not among the documents required to
determine the prospective bidder’s eligibility to bid.

The BAC then informs the eligible prospective bidders that they have been found eligible to participate in the
bidding14 and prepares a short list of bidders who shall be allowed to submit their respective bids. 15

Sec. 25, Art. VIII of R.A. No. 9184 provides that, "A bid shall have two (2) components, namely, technical and
financial components which should be in separate sealed envelopes and which shall be submitted
simultaneously." Sec. 25.3, Rule VIII of IRR-A provides that, "The first envelope (Technical Proposal) shall
contain the following technical information/documents, at the least:

A. For the procurement of goods:

1. The Bid Security as to form, amount and validity period;

2. Authority of the signatory;

3. Production/delivery schedule;

4. Manpower requirements;

5. After-sales service/parts, if applicable;

6. Technical specifications;

7. Commitment from a licensed bank to extend to the bidder a credit line if awarded the contract to be
bid, or a cash deposit certificate, in an amount not lower than that set by the procuring entity in the
Bidding Documents, which shall be at least equal to ten percent (10%) of the approved budget for the
contract to be bid: Provided, however, That if the bidder previously submitted this document as an
eligibility requirement, the said previously submitted document shall suffice;
8. Certificate from the bidder under oath of its compliance with existing labor laws and standards, in
the case of procurement of services; and

9. A sworn affidavit of compliance with the Disclosure Provision under Section 47 of the Act in relation
to other provisions of R.A. No. 3019; and

10. Other documents/materials as stated in the Instructions to Bidders. [Emphasis supplied]

The BAC shall first open and examine the technical proposal and, using "pass/fail" criteria, determine whether
all required documents are present. Sec. 30, Art. IX of R.A. No. 9184 provides:

Sec. 30. Preliminary Examination of Bids.—Prior to Bid evaluation, the BAC shall examine first the technical
components of the bid using "pass/fail" criteria to determine whether all required documents are present. Only
bids that are determined to contain all the bid requirements of the technical component shall be considered for
opening and evaluation of their financial component. [Emphasis supplied]

Sec. 30.1 of IRR-A echoes the provision, viz:

Sec. 30. Preliminary Examination of Bids

30.1. The BAC shall open the first bid envelopes (Technical Proposals) of eligible bidders in public to determine
each bidder’s compliance with the documents required to be submitted for the first component of the bid, as
prescribed in this IRR-A. For this purpose, the BAC shall check the submitted documents of each bidder
against a checklist of required documents to ascertain if they are all present in the first bid envelope, using the
non-discretionary "pass/fail" criteria, as stated in the Invitation to Apply for Eligibility and to Bid and the
Instruction to Bidders. If a bidder submits the required documents, it shall be rated "passed" for that particular
requirement. In this regard, failure to submit a requirement, or an incomplete or patently insufficient submission
shall be considered "failed" for that particular requirement concerned. x x x [Emphasis supplied]

During the preliminary examination stage, the BAC checks whether all the required documents were submitted
by the eligible bidders. Note should be taken of the fact that the technical specifications of the product bidded
out is among the documentary requirements evaluated by the BAC during the preliminary examination stage.
At this point, therefore, the BAC should have already discovered that the technical specifications of Audio
Visual’s document camera differed from the bid specifications in at least three (3) respects, namely: the 15
frames/second frame rate, the weight specification, and the power supply requirement. Using the non-
discretionary criteria laid out in R.A. No. 9184 and IRR-A, therefore, the BAC should have rated Audio Visual’s
bid as "failed" instead of "passed."

After the preliminary examination stage, the BAC opens, examines, evaluates and ranks all bids and prepares
the Abstract of Bids which contains, among others, the names of the bidders and their corresponding
calculated bid prices arranged from lowest to highest.16 The objective of the bid evaluation is to identify the bid
with the lowest calculated price or the Lowest Calculated Bid.17 The Lowest Calculated Bid shall then be subject
to post-qualification to determine its responsiveness to the eligibility and bid requirements. If, after post-
qualification, the Lowest Calculated Bid is determined to be post-qualified, it shall be considered the Lowest
Calculated Responsive Bid and the contract shall be awarded to the bidder.

Sec. 34, Rule X of IRR-A outlines the post-qualification process as follows:

Sec. 34. Objective and Process of Post-Qualification

34.1. Within seven (7) calendar days from the determination of Lowest Calculated Bid or the Highest Rated Bid,
as the case may be, the BAC shall conduct and accomplish a post-qualification of the bidder with the Lowest
Calculated Bid/Highest Rated Bid, to determine whether the bidder concerned complies with and is responsive
to all the requirements and conditions for eligibility, the bidding of the contract, as specified in the bidding
documents, in which case the bidder’s bid shall be considered and declared as the "Lowest Calculated
Responsive Bid" for the procurement of goods and infrastructure projects, or the "Highest Rated Responsive
Bid" for the procurement of consulting services. In exceptional cases, the seven (7) calendar day period may
be extended by the GPPB.

34.2. The post-qualification shall verify, validate and ascertain all statements made and documents submitted
by the bidder with the Lowest Calculated Bid/Highest Rated Bid, using non-discretionary criteria, as stated in
the Invitation to Apply for Eligibility and to Bid and the Instruction to Bidders. These criteria shall consider, but
shall not be limited to, the following:

xxx

b) Technical Requirements. To determine compliance of the goods, infrastructure projects or consulting


services offered with the requirements of the contract and bidding documents, including, where applicable: (i)
verification and validation of the bidder’s stated competence and experience, and the competence and
experience of the bidder’s key personnel to be assigned to the project, for the procurement of infrastructure
projects and consulting services; (ii) verification of availability and commitment, and/or inspection and testing,
of equipment units to be owned or leased by the bidder, as well as checking the performance of the bidder in its
ongoing government and private contracts (if any of these on-going contracts shows a reported negative
slippage of at least fifteen percent (15%), or substandard quality of work as per contract plans and
specifications, or unsatisfactory performance of his obligations as per contract terms and conditions, at the time
of inspection, and if the BAC verifies any of these deficiencies to be due to the contractor’s fault or negligence,
the agency shall disqualify the contractor from the award), for the procurement of infrastructure projects; (iii)
verification and/or inspection and testing of the goods/product, after-sales and/or maintenance capabilities, in
applicable cases, for the procurement of goods; and (iv) ascertainment of the sufficiency of the Bid Security as
to type, amount, form and wording, and validity period. [Emphasis supplied]

In this case, the bidders ranked as the two lowest bidders, All Visual and Columbia Tech, were disqualified by
the BAC presumably at the post-qualification stage when their bids failed to meet the technical specifications
for the project. Remarkably, however, despite the fact that there also existed technical variances between the
bid specifications and Audio Visual’s document camera, the BAC did not post-disqualify Audio Visual.

On the contrary, COA’s Technical Working Group (TWG) declared, during post-qualification, that there is no
frame speed variance between Audio Visual’s document camera and the required specification because Audio
Visual’s document camera is compliant with the 15 frames/second requirement. It is well to point out that it was
initially unclear whether Audio Visual’s document camera met the bid specification requiring a frame rate of 15
frames/second. What Audio Visual indicated was that its document camera, Aver Vision 300, featured a "2-way
Filter Control." However, this feature does not even pertain to the camera’s capture frame rate, or the
frequency at which the camera produces unique consecutive images called frames.18 As its User Manual
indicates, the flicker filter refers to how the camera is synchronized with an external projector or display.19

The Aver Vision 300’s compliance with the 15 frames/second frame rate specification was only made certain
when the product’s manufacturer, AverMedia Technologies, Inc. issued a certification dated September 6,
2004, upon the TWG’s request, it should be added, that it indeed complies with the 15 frames/second
specification.20

Assuming that there is no frame rate variance between Audio Visual’s document camera and that required in
the bid specifications, the TWG’s, and the BAC’s, disregard of the fact that Audio Visual’s document camera
exceeded the specified weight by 0.27 kg. and used a 6V power supply instead of the required 12V power
supply, was still unwarranted and highly irregular. The post-qualification procedure, under which the Lowest
Calculated Bid undergoes verification and validation to determine whether all the requirements and conditions
specified in the Bidding Documents, have been met, 21 should have effectively weeded out Audio Visual’s bid.

The function of post-qualification is to verify, inspect and test whether the technical specifications of the goods
offered comply with the requirements of the contract and the bidding documents. It does not give occasion for
the procuring entity to arbitrarily exercise its discretion and brush aside the very requirements it specified as
vital components of the goods it bids out.
In Agan, Jr. v. PIATCO,22 petitioners questioned the validity of the Concession Agreement for the Build-
Operate-and-Transfer Arrangement of the Ninoy Aquino International Airport Passenger Terminal III (referred
to as the 1997 Concession Agreement), on the ground that it contains provisions that substantially depart from
the draft Concession Agreement included in the Bid Documents. PIATCO, on the other hand, maintained that
the Concession Agreement attached to the Bid Documents was intended to be a draft, therefore, subject to
change, alteration or modification. The Court declared that the amendments made on the 1997 Concession
Agreement had resulted in substantial variance between the conditions under which the bids were invited and
the contract executed after the award thereof. Thus, the 1997 Concession Agreement was declared null and
void for being contrary to public policy. The Court held:

An essential element of a publicly bidded contract is that all bidders must be on equal footing. Not simply in
terms of application of the procedural rules and regulations imposed by the relevant government agency, but
more importantly, on the contract bidded upon. Each bidder must be able to bid on the same thing.23

xxx

x x x By its very nature and characteristic, competitive public bidding aims to protect the public interest by
giving the public the best possible advantages through open competition. It has been held that the three
principles in public bidding are (1) the offer to the public; (2) opportunity for competition; and (3) a basis for the
exact comparison of bids. A regulation of the matter which excludes any of these factors destroys the
distinctive character of the system and thwarts the purpose of its adoption. These are the basic parameters
which every awardee of a contract bidded out must conform to, requirements of financing and borrowing
notwithstanding. Thus, upon a concrete showing that, as in this case, the contract signed by the government
and the contract-awardee is an entirely different contract from the contract bidded, courts should not hesitate to
strike down said contract in its entirety for violation of public policy on public bidding. A strict adherence on the
principles, rules and regulations on public bidding must be sustained if only to preserve the integrity and the
faith of the general public on the procedure.24

The fact is all too glaring that during the post-qualification stage, the BAC considered some factors which were
extraneous to and not included in the bid documents, such as ease of use, compactness and sturdiness, and
the remote control of Audio Visual’s document camera, and, at the same time, glossed over two of the
requirements which were indicated in the bid documents, i.e., the weight and power supply requirements. Had
the prospective bidders known that all of the above factors formed part of the bid specifications, a different set
of bids might have emerged. Essentially, it can be said that the eligible bidders did not bid upon the same thing.

On the matter of estoppel, we agree with the appellate court’s finding that Link Worth raised timely objections
and seasonably filed motions for reconsideration of the decisions of the BAC and the TWG. It cannot, therefore,
be held in estoppel. Its failure to object to the pass rating given to Audio Visual during the preliminary
examination stage was satisfactorily explained by the fact that the technical specifications of the machines
offered by the eligible bidders were not shown onscreen, an assertion COA never bothered to dispute.

No award of damages can be made in favor of Audio Visual in this case, however. COA is an unincorporated
government agency which does not enjoy a separate juridical personality of its own. Hence, even in the
exercise of proprietary functions incidental to its primarily governmental functions, COA cannot be sued without
its consent.25Assuming that the contract it entered into with Audio Visual can be taken as an implied consent to
be sued, and further that incidental reliefs such as damages may be awarded in certiorari proceedings, 26 Link
Worth did not appeal the Court of Appeals’ Decision deleting the award of damages against COA.
Consequently, Link Worth is bound by the findings of fact and conclusions of law of the Court of Appeals,
including the deletion of the award of exemplary damages, attorney’s fees and costs.27

It is remarkably ironic that COA, the constitutional watchdog, signed its imprimatur to a transaction which
resulted from an irreparably flawed bidding process. The Commission, in this case, has displayed a lamentable
disregard of its mandate as the sentinel of government resources. The nullification of the award of the contract
to Audio Visual and the mutual restitution directed by the Court of Appeals are both appropriate consequences.
It is, however, paramount that COA be reminded of its most important role, seemingly forgotten in this case, in
the promotion of transparency and accountability in public financial transactions.
WHEREFORE, the Decision of the Court of Appeals dated April 21, 2008 is hereby AFFIRMED. No
pronouncement as to costs.

SO ORDERED.

DANTE O. TINGA
Associate Justice

Contracts; Bids and Bidding; Public bidding as a method of government procurement is


governed by the principles of transparency, competitiveness, simplicity and
accountability.—Public bidding as a method of government procurement is governed by the
principles of transparency, competitiveness, simplicity and accountability. These principles
permeate the provisions of R.A. No. 9184 from the procurement process to the
implementation of awarded contracts. It is particularly relevant in this case to distinguish
between the steps in the procurement process, such as the declaration of eligibility of
prospective bidders, the preliminary examination of bids, the bid evaluation, and the post-
qualification stage, which the Bids and Awards Committee (BAC) of all government
procuring entities should follow.

Same; Same; Except only in cases in which alternative methods of procurement are
allowed, all government procurement shall be done by competitive bidding.—Except only in
cases in which alternative methods of procurement are allowed, all government
procurement shall be done by competitive bidding. This is initiated by the BAC, which
advertises the Invitation to Bid for contracts under competitive bidding in order to ensure
the widest possible dissemination thereof. The BAC then sets out to determine the eligibility
of the prospective bidders based on their compliance with the eligibility requirements set
forth in the Invitation to Bid and their submission of the legal, technical and financial
documents required under Sec. 23.6, Rule VIII of the Implementing Rules and Regulations
of R.A. No. 9184 (IRR-A).

Same; Same; The technical specifications of the product bidded out is among the
documentary requirements evaluated by the Bids and Awards Committee (BAC) during the
preliminary examination stage.—During the preliminary examination stage, the BAC checks
whether all the required documents were submitted by the eligible bidders. Note should be
taken of the fact that the technical specifications of the product bidded out is among the
documentary requirements evaluated by the BAC during the preliminary examination stage.
At this point, therefore, the BAC should have already discovered that the technical
specifications of Audio Visual’s document camera differed from the bid specifications in at
least three (3) respects, namely: the 15 frames/second frame rate, the weight
specification, and the power supply requirement. Using the non-discretionary criteria laid
out in R.A. No. 9184 and IRR-A, therefore, the BAC should have rated Audio Visual’s bid as
“failed” instead of “passed.”

Same; Same; The function of post-qualification is to verify, inspect and test whether the
technical specifications of the goods offered comply with the requirements of the contract
and the bidding documents.—The function of post-qualification is to verify, inspect and test
whether the technical specifications of the goods offered comply with the requirements of
the contract and the bidding documents. It does not give occasion for the procuring entity
to arbitrarily exercise its discretion and brush aside the very requirements it specified as
vital components of the goods it bids out.
Same; Damages; Even in the exercise of propriety functions incidental to its primarily
governmental functions, Commission on Audit (COA) cannot be sued without its consent.—
No award of damages can be made in favor of Audio Visual in this case, however. COA is an
unincorporated government agency which does not enjoy a separate juridical personality of
its own. Hence, even in the exercise of proprietary functions incidental to its primarily
governmental functions, COA cannot be sued without its consent. Commission on Audit vs.
Link Worth International, Inc., 581 SCRA 501, G.R. No. 182559 March 13, 2009

FACTS

• A complaint was filed by Atty. Renato Bondal and Nicolas Enciso VI before the
Ombudsmans against Binay, Jr and other public officers of City of Makati charging them of
of Plunder and violation of Republic Act No. (RA) 3019, otherwise known as "The Anti-Graft
and Corrupt Practices Act," in connection with the five (5) phases of the procurement and
construction of the Makati City Hall Parking Building (Makati Parking Building).

• A Special Panel of Investigators created by the Ombudsman to conduct a fact-finding


investigation charged them with 6 administrative cases for Grave Misconduct, Serious
Dishonesty, and Conduct Prejudicial to the Best Interest of the Service, and six (6) criminal
cases for violation of Section 3 (e) of RA 3019, Malversation of Public Funds, and
Falsification of Public Documents (OMB Cases). <See Notes Letter “A” for their violation/s)

• Before Binay, Jr., et al.'s filing of their counter-affidavits, the Ombudsman, the
subject preventive suspension order, placing Binay, Jr., et al. under preventive suspension
for not more than six (6) months without pay, during the pendency of the OMB Cases.53
The Ombudsman ruled that the requisites for the preventive suspension of a public officer
are present,54 finding that:

o (a) the evidence of Binay, Jr., et al.'s guilt was strong given that

(1) the losing bidders and members of the Bids and Awards Committee of Makati
City had attested to the irregularities attending the Makati Parking Building project;

(2) the documents on record negated the publication of bids; and

(3) the disbursement vouchers, checks, and official receipts showed the release of
funds; and

o (b) (1) Binay, Jr., et al. were administratively charged with Grave Misconduct,
Serious Dishonesty, and Conduct Prejudicial to the Best Interest of the Service;

o (2) said charges, if proven to be true, warrant removal from public service under the
Revised Rules on Administrative Cases in the Civil Service (RRACCS), and

o (3) Binay, Jr., et al.'s respective positions give them access to public records and
allow them to influence possible witnesses; hence, their continued stay in office may
prejudice the investigation relative to the OMB Cases filed against them.

o Binay’s Contentions;

-that he could not be held administratively liable for any anomalous activity attending any
of the five (5) phases of the Makati Parking Building project since: (a) Phases I and II were
undertaken before he was elected Mayor of Makati in 2010; and (b) Phases III to V
transpired during his first term and that his re-election as City Mayor of Makati for a second
term effectively condoned his administrative liability therefor, if any, thus rendering the
administrative cases against him moot and academic.

In any event, Binay, Jr. claimed that the Ombudsman's preventive suspension order failed
to show that the evidence of guilt presented against him is strong, maintaining that he did
not participate in any of the purported irregularities.62 In support of his prayer for
injunctive relief, Binay, Jr. argued that he has a clear and unmistakable right to hold public
office, having won by landslide vote in the 2010 and 2013 elections, and that, in view of the
condonation doctrine, as well as the lack of evidence to sustain the charges against him, his
suspension from office would undeservedly deprive the electorate of the services of the
person they have conscientiously chosen and voted into office.

• In view of the CA's supervening issuance of a WPI pursuant to its April 6, 2015
Resolution, the Ombudsman filed a supplemental petition99 before this Court, arguing that
the condonation doctrine is irrelevant to the determination of whether the evidence of guilt
is strong for purposes of issuing preventive suspension orders. The Ombudsman also
maintained that a reliance on the condonation doctrine is a matter of defense, which should
have been raised by Binay, Jr. before it during the administrative proceedings, and that, at
any rate, there is no condonation because Binay, Jr. committed acts subject of the OMB
Complaint after his re-election in 2013

ISSUE/S

1. Whether or not the CA has subject matter jurisdiction to issue a TRO and/or WPI
enjoining the implementation of a preventive suspension order issued by the Ombudsman; -
YES

2. Whether or not the CA gravely abused its discretion in issuing the TRO and
eventually, the WPI in CA-G.R. SP No. 139453 enjoining the implementation of the
preventive suspension order against Binay, Jr. based on the condonation doctrine -NO

RATIO

1. OMB contends that the CA has no jurisdiction to issue any provisional injunctive writ
against her office to enjoin its preventive suspension orders. As basis, she invokes the first
paragraph of Section 14, RA 6770 in conjunction with her office's independence under the
1987 Constitution. She advances the idea that "[i]n order to further ensure [her office's]
independence, [RA 6770] likewise insulated it from judicial intervention,"157particularly,
"from injunctive reliefs traditionally obtainable from the courts,"158 claiming that said
writs may work "just as effectively as direct harassment or political pressure would."

• Gonzales III v. Office of the President is the first case which grappled with the
meaning of the Ombudsman's independence vis-a-vis the independence of the other
constitutional bodies. the concept of Ombudsman's independence covers three (3) things:
First: creation by the Constitution, which means that the office cannot be abolished, nor its
constitutionally specified functions and privileges, be removed, altered, or modified by law,
unless the Constitution itself allows, or an amendment thereto is made;cralawlawlibrary

Second: fiscal autonomy, which means that the office "may not be obstructed from [its]
freedom to use or dispose of [its] funds for purposes germane to [its] functions;168hence,
its budget cannot be strategically decreased by officials of the political branches of
government so as to impair said functions; and

Third: insulation from executive supervision and control, which means that those within the
ranks of the office can only be disciplined by an internal authority.

Evidently, all three aspects of independence intend to protect the Office of the Ombudsman
frompolitical harassment and pressure, so as to free it from the "insidious tentacles of
politics."

• That being the case, the concept of Ombudsman independence cannot be invoked as
basis to insulate the Ombudsman from judicial power constitutionally vested unto the
courts. Courts are apolitical bodies, which are ordained to act as impartial tribunals and
apply even justice to all. Hence, the Ombudsman's notion that it can be exempt from an
incident of judicial power - that is, a provisional writ of injunction against a preventive
suspension order - clearly strays from the concept's rationale of insulating the office from
political harassment or pressure.

2. As earlier established, records disclose that the CA's resolutions directing the issuance
of the assailed injunctive writs were all hinged on cases enunciating the condonation
doctrine. To recount, the March 16, 2015 Resolution directing the issuance of the subject
TRO was based on the case of Governor Garcia, Jr., while the April 6, 2015 Resolution
directing the issuance of the subject WPI was based on the cases of Aguinaldo, Salalima,
Mayor Garcia, and again, Governor Garcia, Jr. Thus, by merely following settled precedents
on the condonation doctrine, which at that time, unwittingly remained "good law," it cannot
be concluded that the CA committed a grave abuse of discretion based on its legal
attribution above. Accordingly, the WPI against the Ombudsman's preventive suspension
order was correctly issued.

With this, the ensuing course of action should have been for the CA to resolve the main
petition forcertiorari in CA-G.R. SP No. 139453 on the merits. However, considering that the
Ombudsman, on October 9, 2015, had already found Binay, Jr. administratively liable and
imposed upon him the penalty of dismissal, which carries the accessory penalty of
perpetual disqualification from holding public office, for the present administrative charges
against him, the said CA petition appears to have been mooted.313 As initially intimated,
the preventive suspension order is only an ancillary issuance that, at its core, serves the
purpose of assisting the Office of the Ombudsman in its investigation. It therefore has no
more purpose - and perforce, dissolves - upon the termination of the office's process of
investigation in the instant administrative case.

You might also like