21
Republic of the Philippines DEPARTMENT OF THE INTERIOR AND LOCAL GOVERNMENT BUREAU OF FIRE PROTECTION Agham Road, Brgy. BagongPag-asa, Quezon City SUPPLEMENTAL BID/BULLETIN ADDENDUM NO. 4 03 December 2021 SUPPLY AND DELIVERY OF 1000 GALLONS CAPACITY FIRETRUCK BFP BAC IB No. 018 (G) s. 2021 This Addendum No. 4 is issued to clarify some provisions in the bidding documents for the Supply and Delivery of 1000 Gallons Capacity Firetruck. Lot No. Item/Description Approved Budget for the Contract Source of Fund 1 Supply and Delivery of 28 Units 1000 Gallons Capacity Firetruck Php 420,000,000.00 SAGF 2022 2 Supply and Delivery of 76 Units 1000 Gallons Capacity Firetruck Php 1,140,000,000.00 GAA 2022 ISSUED GUIDELINES: 1. ON THE INSTRUCTION TO BIDDERS 7 Subcontracts AS READ TO READ 7.1. The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty percent (20%) of the Project. The Procuring Entity has prescribed that: Subcontracting is allowed. The portions of Project and the maximum percentage allowed to be subcontracted are indicated in the BDS, which shall not exceed twenty percent (20%) of the contracted Goods. 7.1 The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty percent (20%) of the Project. The Procuring Entity has prescribed that: Subcontracting is not allowed.

SUPPLEMENTAL BID/BULLETIN

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SUPPLEMENTAL BID/BULLETIN

Republic of the Philippines

DEPARTMENT OF THE INTERIOR AND LOCAL GOVERNMENT

BUREAU OF FIRE PROTECTION

Agham Road, Brgy. BagongPag-asa, Quezon City

SUPPLEMENTAL BID/BULLETIN

ADDENDUM NO. 4

03 December 2021

SUPPLY AND DELIVERY OF 1000 GALLONS CAPACITY FIRETRUCK

BFP BAC IB No. 018 (G) s. 2021

This Addendum No. 4 is issued to clarify some provisions in the bidding

documents for the Supply and Delivery of 1000 Gallons Capacity Firetruck.

Lot

No. Item/Description

Approved Budget for

the Contract Source of Fund

1 Supply and Delivery of 28 Units 1000

Gallons Capacity Firetruck Php 420,000,000.00

SAGF 2022

2 Supply and Delivery of 76 Units 1000

Gallons Capacity Firetruck Php 1,140,000,000.00 GAA 2022

ISSUED GUIDELINES:

1. ON THE INSTRUCTION TO BIDDERS

7 Subcontracts

AS READ TO READ 7.1. The Bidder may subcontract

portions of the Project to the extent

allowed by the Procuring Entity as

stated herein, but in no case more

than twenty percent (20%) of the

Project.

The Procuring Entity has

prescribed that:

Subcontracting is allowed. The

portions of Project and the

maximum percentage allowed to

be subcontracted are indicated

in the BDS, which shall not exceed

twenty percent (20%) of the

contracted Goods.

7.1 The Bidder may subcontract

portions of the Project to the

extent allowed by the Procuring

Entity as stated herein, but in no

case more than twenty percent

(20%) of the Project.

The Procuring Entity has

prescribed that:

Subcontracting is not allowed.

Page 2: SUPPLEMENTAL BID/BULLETIN

2. ON THE BID DATA SHEET

a. BDS Clause 7.1

AS READ TO READ Subcontracting is allowed on the

following:

a. Repair and Maintenance

Services during the warranty

period; & Supply of required

accessories of the firetruck.

Subcontracting is not allowed.

b. BDS Clause 20.1

AS READ TO READ

a) Latest Income and Business Tax

Returns filed and paid thru the BIR EFPS

(Latest 2550M and 2550Q);

b) Certificate of Notarial Commission

of the Lawyer who Notarized the

Document Submitted by the bidder

during the Bid Opening;

c) Design, plans and specifications.

Computer aided Drawings

(CAD)/Shop Drawings:

i. Whole Firetruck;

ii. Superstructure;

iii. Water Tank;

iv. Foam Tank

c.) Supporting documents of the list of

service centers to wit:

a. Contract between the

bidder and the service

center;

b. SEC or DTI Registration;

c. Mayor’s/Business Permit;

d. Latest Tax Clearance

issued by BIR-CED or

Certification of tax

clearance/Certification of

No Tax Delinquency issued by

the concerned

RDO;

e) Training certificates of the service

and repair technicians of the engine,

cab & chassis, and fire pump; &

Latest Income and Business Tax

Returns filed and paid thru the BIR

EFPS (Latest 2550M and 2550Q);

-delete-

-delete-

-delete-

-delete-

Page 3: SUPPLEMENTAL BID/BULLETIN

f) List of clients with its corresponding

address for within at least Fifteen (15)

years immediately preceding the

submission and opening of bids as

supporting document to the

requirement in Item IX.A.4 of the

technical specification.

-delete-

3. ON THE TECHNICAL SPECIFICATION

a. III. A. Overall Dimensions

AS READ TO READ 1. Length not to exceed 7,800mm

2. Width not to exceed 2,500mm

excluding side mirrors

3. Height not to exceed 3,500 mm

4. Angle of approach: 30 degrees

5. Angle of departure: 15 degrees

6. Ground Clearance: 254 mm

1. Length not to exceed 7,800mm

2. Width not to exceed 2,500mm

excluding side mirrors

3. Height not to exceed 3,500 mm

4. Angle of approach: At least 20

degrees

5. Angle of departure: At least 15

degrees

6. Ground Clearance: At least 254 mm

b. III.F. Power Supply System

AS READ TO READ

1. Alternator: at least 24V 100A

2. Battery: 2 X 12V 120Ah (minimum)

1. Alternator: at least 24V 90A

2. Battery: 2 X 12V 120Ah (minimum)

c. III.U.5. Self-Contained Breathing Apparatus

AS READ TO READ

xxx

k.1. Peak Flow Performance: 500

l/min +10%

xxx

xxx

k.1. Peak Flow Performance: 500

l/min ±10%

xxx

d. U.6. Fire Fighter’s Hose

AS READ TO READ

6. Fire Fighter’s Hose

2.5-inch x 50 feet – 10 rolls

1.5-inch x 50 feet – 15 rolls

6. Fire Fighter’s Hose

2.5-inch x 50 feet – 10 rolls

1.5-inch x 50 feet – 15 rolls

Page 4: SUPPLEMENTAL BID/BULLETIN

a. NFPA and/or EN compliant

b. Must be brand new double

jacketed designed and rubber-

lined type.

c. It shall be made of seamless 100%

virgin synthetic rubber line fiber

consists of staple polyester nylon

yarn duly supported with a

Material Certification from the

manufacturer.

d. Shall have a design service test

pressure rating of 400 psi (27.6

Bar), proof test pressure rating of

800 psi (55.5 Bar), kink test

pressure rating of 600 psi (41.4

Bar) and burst test pressure rating

of 1200 psi (82.7 bar).

e. The Fire hose shall be colored

“RED”

f. Permanent black dye print

bearing word “BFP PROPERTY NOT

FOR SALE” located on both ends.

g. Double swivel.

a. NFPA and/or EN compliant

b. Must be brand new double

jacketed designed and rubber-

lined type.

c. It shall be made of seamless

100% virgin synthetic rubber line

fiber consists of staple polyester

nylon yarn duly supported with a

Material Certification from the

manufacturer.

d. Shall have a design service test

pressure rating of 400 psi (27.6

Bar), proof test pressure rating of

800 psi (55.5 Bar), kink test

pressure rating of 600 psi (41.4

Bar) and burst test pressure rating

of 1200 psi (82.7 bar).

e. The Fire hose shall be colored

“RED”

f. Permanent black dye print

bearing word “BFP PROPERTY

NOT FOR SALE” located on both

ends.

-delete-

4. ON THE SPECIAL CONDITIONS OF THE CONTRACT

a. GCC Clause 1

AS READ TO READ

Delivery and Documents –

For purposes of the Contract, “EXW,”

“FOB,” “FCA,” “CIF,” “CIP,” “DDP”

and other trade terms used to

describe the obligations of the

parties shall have the meanings

assigned to them by the current

edition of INCOTERMS published by

the International Chamber of

Commerce, Paris. The Delivery terms

of this Contract shall be as follows:

[For Goods supplied from abroad,

state:] “The delivery terms applicable

to the Contract are DDP delivered

Delivery and Documents –

For purposes of the Contract, “EXW,”

“FOB,” “FCA,” “CIF,” “CIP,” “DDP”

and other trade terms used to

describe the obligations of the

parties shall have the meanings

assigned to them by the current

edition of INCOTERMS published by

the International Chamber of

Commerce, Paris. The Delivery terms

of this Contract shall be as follows:

[For Goods supplied from abroad,

state:] “The delivery terms applicable

to the Contract are DDP delivered

Page 5: SUPPLEMENTAL BID/BULLETIN

Quezon City Philippines. In

accordance with INCOTERMS.”

[For Goods supplied from within the

Philippines, state:] “The delivery terms

applicable to this Contract are

delivered at BFP National

Headquarters, Agham Road, Brgy.

Bagong Pag-asa, Quezon City,

Philippines. Risk and title will pass from

the Supplier to the Procuring Entity

upon receipt and final acceptance

of the Goods at their final

destination.”

Delivery of the Goods shall be made

by the Supplier in accordance with

the terms specified in Section VI

(Schedule of Requirements).

For purposes of this Clause the

Procuring Entity’s Representative at

the Project Site is the Directorate for

Logistics, BFP-NHQ.

Incidental Services –

The Supplier is required to provide all

of the following services, including

additional services, if any, specified in

Section VI. Schedule of

Requirements:

a. performance or supervision of on-

site assembly and/or start-up of the

supplied Goods;

b. furnishing of tools required for

assembly and/or maintenance of the

supplied Goods;

c. furnishing of a detailed operations

and maintenance manual for each

appropriate unit of the supplied

Goods;

d. performance or supervision or

maintenance and/or repair of the

supplied Goods, for a period of time

agreed by the parties, provided that

this service shall not relieve the

Quezon City Philippines. In

accordance with INCOTERMS.”

[For Goods supplied from within the

Philippines, state:] “The delivery terms

applicable to this Contract are

delivered at BFP National

Headquarters, Agham Road, Brgy.

Bagong Pag-asa, Quezon City,

Philippines. Risk and title will pass from

the Supplier to the Procuring Entity

upon receipt and final acceptance

of the Goods at their final

destination.”

Delivery of the Goods shall be made

by the Supplier in accordance with

the terms specified in Section VI

(Schedule of Requirements).

For purposes of this Clause the

Procuring Entity’s Representative at

the Project Site is the Directorate for

Logistics, BFP-NHQ.

Incidental Services –

The Supplier is required to provide all

of the following services, including

additional services, if any, specified in

Section VI. Schedule of

Requirements:

a. performance or supervision of on-

site assembly and/or start-up of the

supplied Goods;

b. furnishing of tools required for

assembly and/or maintenance of the

supplied Goods;

c. furnishing of a detailed operations

and maintenance manual for each

appropriate unit of the supplied

Goods;

d. performance or supervision or

maintenance and/or repair of the

supplied Goods, for a period of time

agreed by the parties, provided that

this service shall not relieve the

Page 6: SUPPLEMENTAL BID/BULLETIN

Supplier of any warranty obligations

under this Contract; and

e. training of the Procuring Entity’s

personnel, at the Supplier’s plant

and/or on-site, in assembly, start-up,

operation, maintenance, and/or

repair of the supplied Goods.

The Contract price for the Goods

shall include the prices charged by

the Supplier for incidental services

and shall not exceed the prevailing

rates charged to other parties by the

Supplier for similar services.

Spare Parts –

The Supplier is required to provide all

of the following materials,

notifications, and information

pertaining to spare parts

manufactured or distributed by the

Supplier:

a. such spare parts as the Procuring

Entity may elect to purchase from the

Supplier, provided that this election

shall not relieve the Supplier of any

warranty obligations under this

Contract; and

b. in the event of termination of

production of the spare parts:

i. advance notification to the

Procuring Entity of the pending

termination, in sufficient time to

permit the Procuring Entity to

procure needed requirements;

and

ii. following such termination,

furnishing at no cost to the

Procuring Entity, the blueprints,

drawings, and specifications of

the spare parts, if requested.

Transportation –

Where the Supplier is required under

Contract to deliver the Goods CIF,

Supplier of any warranty obligations

under this Contract; and

e. training of the Procuring Entity’s

personnel, at the Supplier’s plant

and/or on-site, in assembly, start-up,

operation, maintenance, and/or

repair of the supplied Goods.

The Contract price for the Goods

shall include the prices charged by

the Supplier for incidental services

and shall not exceed the prevailing

rates charged to other parties by the

Supplier for similar services.

Spare Parts –

The Supplier is required to provide all

of the following materials,

notifications, and information

pertaining to spare parts

manufactured or distributed by the

Supplier:

a. such spare parts as the Procuring

Entity may elect to purchase from the

Supplier, provided that this election

shall not relieve the Supplier of any

warranty obligations under this

Contract; and

b. in the event of termination of

production of the spare parts:

i. advance notification to the

Procuring Entity of the pending

termination, in sufficient time to

permit the Procuring Entity to

procure needed requirements;

and

ii. following such termination,

furnishing at no cost to the

Procuring Entity, the blueprints,

drawings, and specifications of

the spare parts, if requested.

Packaging

(Applicable only for the firetruck

accessories)

Page 7: SUPPLEMENTAL BID/BULLETIN

CIP, or DDP, transport of the Goods to

the port of destination or such other

named place of destination in the

Philippines, as shall be specified in this

Contract, shall be arranged and

paid for by the Supplier, and the cost

thereof shall be included in the

Contract Price. Where the Supplier is

required under this Contract to

transport the Goods to a specified

place of destination within the

Philippines, defined as the Project

Site,

transport to such place of destination

in the Philippines, including insurance

and storage, as shall be specified in

this Contract, shall be arranged by

the Supplier, and related costs shall

be included in the contract price.

Where the Supplier is required under

Contract to deliver the Goods CIF,

CIP or DDP, Goods are to be

transported on carriers of Philippine

registry. In the event that no carrier of

Philippine registry is available, Goods

may be shipped by a carrier which is

not of Philippine registry provided

that the Supplier obtains and

presents to the Procuring Entity

certification to this effect from the

nearest Philippine consulate to the

port of dispatch. In the event that

carriers of Philippine registry are

available but their schedule delays

the Supplier in its performance of this

Contract the period from when the

Goods were first ready for shipment

and the actual date of shipment the

period of delay will be considered

force majeure.

The Procuring Entity accepts no

liability for the damage of Goods

during transit other than those

prescribed by INCOTERMS for DDP

deliveries. In the case of Goods

The Supplier shall provide such

packaging of the Goods as is

required to prevent their damage or

deterioration during transit to their

final destination, as indicated in this

Contract. The packaging shall be

sufficient to withstand, without

limitation, rough handling during

transit and exposure to extreme

temperatures, salt and precipitation

during transit, and open storage.

Packaging case size and weights

shall take into consideration, where

appropriate, the remoteness of the

Goods’ final destination and the

absence of heavy handling facilities

at all points in transit.

The packaging, marking, and

documentation within and outside

the packages shall comply strictly

with such special requirements as

shall be expressly provided for in the

Contract, including additional

requirements, if any, specified below,

and in any subsequent instructions

ordered by the Procuring Entity.

The outer packaging must be clearly

marked on at least four (4) sides as

follows:

Name of the Procuring Entity

Name of the Supplier

Contract Description

Final Destination

Gross weight

Any special lifting instructions

Any special handling instructions

Any relevant HAZCHEM

classifications

Transportation –

Where the Supplier is required under

Contract to deliver the Goods CIF,

CIP, or DDP, transport of the Goods to

Page 8: SUPPLEMENTAL BID/BULLETIN

supplied from within the Philippines or

supplied by domestic Suppliers risk

and title will not be deemed to have

passed to the Procuring Entity until

their receipt and final acceptance at

the final destination.

Intellectual Property Rights –

The Supplier shall indemnify the

Procuring Entity against all third-party

claims of infringement of patent,

trademark, or industrial design rights

arising from use of the Goods or any

part thereof.

the port of destination or such other

named place of destination in the

Philippines, as shall be specified in this

Contract, shall be arranged and

paid for by the Supplier, and the cost

thereof shall be included in the

Contract Price. Where the Supplier is

required under this Contract to

transport the Goods to a specified

place of destination within the

Philippines, defined as the Project

Site,

transport to such place of destination

in the Philippines, including insurance

and storage, as shall be specified in

this Contract, shall be arranged by

the Supplier, and related costs shall

be included in the contract price.

Where the Supplier is required under

Contract to deliver the Goods CIF,

CIP or DDP, Goods are to be

transported on carriers of Philippine

registry. In the event that no carrier of

Philippine registry is available, Goods

may be shipped by a carrier which is

not of Philippine registry provided

that the Supplier obtains and

presents to the Procuring Entity

certification to this effect from the

nearest Philippine consulate to the

port of dispatch. In the event that

carriers of Philippine registry are

available but their schedule delays

the Supplier in its performance of this

Contract the period from when the

Goods were first ready for shipment

and the actual date of shipment the

period of delay will be considered

force majeure.

The Procuring Entity accepts no

liability for the damage of Goods

during transit other than those

prescribed by INCOTERMS for DDP

deliveries. In the case of Goods

supplied from within the Philippines or

Page 9: SUPPLEMENTAL BID/BULLETIN

supplied by domestic Suppliers risk

and title will not be deemed to have

passed to the Procuring Entity until

their receipt and final acceptance at

the final destination.

Intellectual Property Rights –

The Supplier shall indemnify the

Procuring Entity against all third-party

claims of infringement of patent,

trademark, or industrial design rights

arising from use of the Goods or any

part thereof.

5. ON THE CHECKLIST OF REQUIREMENTS

a. Item No. 3

3. A certification from the bidder that it

has at least one (1)

established/authorized and/or

accredited service center that has

available in-house trained service and

repair technicians locally with training

certificates to provide immediate

support in case of immediate repair of

the chassis, engine, body and fire pump

of the fire truck in the following regions of

the country, Regions 1, 2, 3, 4A, 4B, 5, 6,

7, 8, 9, 10, 11, 12, CARAGA and NCR. For

this purpose, the bidder should attach

the following:

a. List of service center in the

regions stated above with

corresponding address,

contact person, and

contact number (mobile

and/or landline number);

and

b. List of service and repair

technicians of the cab

and chassis, engine, body

and fire pump.

3. A certification from the bidder that it

has at least one (1)

established/authorized and/or

accredited service center that has

available in-house trained service and

repair technicians locally with training

certificates to provide immediate

support in case of immediate repair of

the chassis, engine, body and fire pump

of the fire truck in the following regions

of the country, Regions 1, 2, 3, 4A, 4B, 5,

6, 7, 8, 9, 10, 11, 12, CARAGA and NCR.

For this purpose, the bidder should

attach the following:

a. List of service center in the

regions stated above with

corresponding address,

contact person, and contact

number (mobile and/or

landline number);

b. List of service and repair

technicians of the cab and

chassis, engine, body and fire

pump; and

c. Training certificates of the service and repair

technicians of the, engine,

Page 10: SUPPLEMENTAL BID/BULLETIN

cab and chassis and fire pump.

b. Item No. 15 & 16

none

15. List of clients with its corresponding

address for within at least fifteen (15) years immediately preceding the

submission and opening of bids as supporting document to the requirement in Item IX.A.4 of this

technical specification.

16. Design, plans and specifications. Computer Aided Drawings

(CAD)/Shop Drawings

i. Whole Fire Truck

ii. Superstructure

iii. Water Tank

iv. Foam Tank

c. Item n.

[For foreign bidders] Notarized

Affidavit of Undertaking to submit the

SEC Certificate of Registration and/or

the authorization or License issued by

the appropriate government

agency per GPPB Resolution No. 25-

2019, dated 30 October 2019 within

ten (10) calendar days from the

receipt of the Notice of Award.

[For foreign corporations] Notarized Affidavit of Undertaking to submit

the SEC Certificate of Registration and/or the authorization or License

issued by the appropriate government agency per GPPB

Resolution No. 25-2019, dated 30 October 2019 within ten (10) calendar days from the receipt of

the Notice of Award.

Note: See Revised Checklist of Requirements Form, attached as

Annex A of this Addendum.

6. BIDDERS QUERIES

a. Hino Motors Philippines Corporation

QUERIES ANSWER

Angle of Approach: 30 degrees

Our FG8J model basic variant has 22

degrees, calculated Ange of

Approach. May we appeal for

See item No. 3 of this addendum.

Page 11: SUPPLEMENTAL BID/BULLETIN

reconsideration to allow at least 22

degrees Angle of Approach.

Alternator Capacity: 100 amperes

With the upgraded 90 Amperes of our

FG8J for your requirement, HMP is

confident it could serve all necessary

electrical current requirement and

with allowance of 20 Amperes more.

May we appeal for reconsideration

to allow at least 90 Amperes.

b. Palmer Asia Inc.

QUERIES ANSWER

BDS Clause: 7.1

Subcontracting is allowed on the

following:

a. Repair and Maintenance Services

during the warranty period &

b. Supply of required accessories of

the firetruck.

Considering that the deadline of

submission for the instant bidding is

already on December 10, 2021, there

is no more sufficient time to prepare

the eligibility documents of the

would-be subcontractors.

More importantly, the sudden shift of

the Bids and Awards Committee to

identify (a) Repair and Maintenance

Services during the warranty period &

(b) Supply of required accessories of

the firetruck as areas of

subcontracting is Contrary to the

industry standards and treatment

thereto in the previous biddings of the

BFP.

See item No. 3 of this addendum.

On the Repair and Maintenance

Services

For the record, repair and

maintenance is part and parcel of

every supply contract during the

stated warranty period. Repair and

See item No. 3 of this addendum.

Page 12: SUPPLEMENTAL BID/BULLETIN

maintenance is undertaken by the

bidder itself and/or its accredited

service centers.

For intents and purposes, the

accredited service centers are agent

of the bidder, the principal. As

regards the clients, there is no

distinction between the principal and

agent/s as they are one and the

same for purpose of the supply

contract. It is therefore not entirely

accurate to treat accredited service

centers as subcontractors for purpose

of this bidding. The relationship

between the bidder and its

accredited service centers are

entirely between them and the latter,

on its own, is not a party to the would-

be contract with the BFP. The

accredited service centers are not

subcontractors of the BFP contract.

On Accessories

It should be noted that the

accessories required in this bidding is

not a component of the production

and assembly of the firetrucks subject

of the bidding – they are mere

firefighting supplies. Hence, the

bidder shall only purchase the same

from a third-party supplier/s and

include the items in the deliveries of

the firetrucks.

With the foregoing considered, we

request that a clarificatory

supplemental/bid bulletin on the

foregoing issue be issued. We submit

that the identified components of the

project are not and should be

treated as subcontracts.

See item No. 3 of this addendum.

Page 13: SUPPLEMENTAL BID/BULLETIN

c. Kolonwel Trading

QUERIES ANSWER

Definition of a similar contract under

ITB/ BDS Clause 5.3, in relation to the

Firefighting Equipment and Schedule

of Requirements

Our request to redefine a similar

contract under TB/BDS Clause 5.3 - to

reflect that a prospective bidder

must also have a track record of

having completed a similar contract

involving the delivery of both fire

trucks and firefighting equipment

(firefighters SCBA, helmet, boots,

coat, trousers and gloves) - was

denied on the 1round that said

firefighting equipment are

accessories only.

1. If the pieces of firefighting

equipment are accessories only,

should each firetruck be equipped

with a facility for storing said

accessories? Is there a minimum

specification for such facility?

2. Considering that firefighting

equipment are mere accessories,

which must logically follow and be

"attached to" the principal item

(firetruck), please provide the

distribution of such accessories for

each firetruck.

3. Lastly, please consider revising the

Schedule of Requirements to reflect

the idea that firefighting equipment

are mere accessories that cannot

stand on their own; hence, they

should be delivered along with the

principal item (firetruck).

No additional requirement. The

original description of the fire truck is

retained.

The distribution of accessories is

incorporated under Section III. U of

the BFP Technical Specifications No.

BFPFT 01-2021.

The amended Schedule of

Requirements pursuant to

Addendum No. 3 dated 22

November 2021is maintained.

Delivery schedule is likewise

maintained.

Subcontracting under ITB/BDS Clause

7.1

Page 14: SUPPLEMENTAL BID/BULLETIN

Subcontracting has been allowed

under ITB/BDS Clause 7.1 to justify the

existing policy of the BFP-NHQ in

allowing Isuzu Service Centers and

Hino Service Centers to undertake

the repair and maintenance

services during the warranty period

of delivered Isuzu and Hino

firetrucks. 2 Subcontracting is also

allowed for the supply of required

accessories of the firetruck for this

Project.

Please refer to the item No. 1 & 2 of

this addendum.

SEC Certificate of Registration and/or

authorization or license issued by the

appropriate government agency

under

Under GPPB Resolution No. 25-2019,

dated 30 October 2019, the SEC

Certificate of Registration of the

"FOREIGN CORPORAT ON" and/or the

authority or license from the

appropriate government agency is

required to be submitted by the

winning bidder within ten (10)

calendar days from Notice of Award.

Is the term "foreign corporation" the

same as "foreign bidder"?

Yes, foreign bidder is same as

foreign corporation.

Spare Parts, under SCC Clause 1

The Spare Parts requirements under

SCC Clause 1 have been amended·,

however, we seek clarifications on

the following :

1. Is a bidder required to include in its

submission the spare parts that the

BFP-NHQ may choose to elect to

purchase in case the bidder is

awarded the contract?

2. If a bidder is not required to submit

the spare parts, who will provide the

BFP-NHQ such spare parts that it may

elect to purchase from the supplier?

Not required.

The bidder is already required to

submit a guarantee or certification

from the exclusive distributor as part

of the requirements to comply with

the technical specifications.

Packaging for the Firefighting

Equipment (firefighters SCBA, helmet,

boots, coat, trousers and gloves)

Considering that the packaging

requirements under SCC Clause 1

Page 15: SUPPLEMENTAL BID/BULLETIN

have been deleted, we would like to

inquire on the following:

1. Assuming that the delivery

schedule under the Schedule of

Requirements is retained, is it correct

that packaging is not required in the

delivery of the firefighting equipment

(firefighters SCBA, helmet, boots,

coat, trousers and gloves)?

2. Considering that the packaging

requirement is already deleted, is it

now more logical, as it is indeed

reasonable, that the firefighting

equipment - which are mere

accessories to the firetruck - should

be delivered along with the principal

item (firetruck)?

Packaging for accessories is

required.

No, the requirement to deliver the

accessories in advance is retained.

Technical Specifications Form

A new Technical Specifications Form

is prescribed, in which prospective

bidders are required to accomplish.

1. Please confirm that, in the new

Technical Specifications Form,

prospective bidders are required to

indicate under the Specification

column the individual parameters of

each Specification and, in the

Statement of Compliance column,

the bidders concerned must state

either "Comply" or "Not Comply".

2. If a bidder fails to indicate the

specific page or section of the

evidence of compliance for each of

the individual parameters of each

Specification, please confirm that

such failure is a ground for outright

disqualification.

Yes, under the specification column,

the bidders are required to include

the individual parameters. The new

technical specifications form

already indicates the instruction on

how to fill up the statement of

compliance and evidence of

compliance portions.

Evidence of compliance maybe

verified or ascertained by the TWG

during the post-qualification

evaluation process.

Technical requirement on the

bidder's service centers in 15 regions

The technical requirement on the

bidder's service centers in 15 regions

Page 16: SUPPLEMENTAL BID/BULLETIN

is retained. Considering that the

service centers may be

subcontracted, there is a need to

further clarify this particular

requirement.

1. If a particular service center is

under a subcontract agreement,

must the Certification from the bidder

reflect such fact?

2. Should the list of service center, to

be attached to the Certification from

the bidder, indicate that a specific

service center is under a subcontract

agreement?

3. Should the list of service and repair

technicians of the cab and chassis,

engine, body and fire pump be

employees of the bidders or of the

subcontractors?

See Item no. 1 and 2 of this

addendum.

Reiteration of Request for

Clarifications on certain items of BFP

Technical Specifications No. BFPFT

01-2021

Our 8 November 2021 letter, we

specifically inquired on the following

items of BFP Technical Specifications

No. BFPT 01-2021 that, contrary to the

BFP-NHQ BAC's response, were not

addressed in Item 6 of Addendum

No. 3, to wit:

1. Engine

2. Chassis

3. Wheels and Tires

4. Cabin

5. Vehicle Stability

6. Water Tank

7. Water Monitor

8. Impeller Shaft of Fire Pump

9. Drive of Fire Pump

10. Fire Fighting Equipment (Nozzle)

The requirements of BFPFT 01-2021

are retained except for some items

that were amended, hence, items

that were not amended or have no

requirements remain as such.

MOTION FOR RECONSIDERATION

Page 17: SUPPLEMENTAL BID/BULLETIN

We respectfully request the BFP-NHQ

BAC to reconsider its denial of our

request that the ongoing bidding

activities be cancelled and the

rebidding of the Project be initiated

with our requested amendments.

We are also requesting the BFP-NHQ

BAC to reconsider its denial of the

requested revisions of certain parts of

the Bidding Document to conform

with the mandatory provisions of RA

9184 and its IRR.

Denied

The last day for the submission of

requests for clarifications is at least

ten (10) calendar days before the

deadline for the submission and

receipt of bids.

The fact that the opening is

extended to 10 December 2021, the

last day for the submission of written

clarification is also moved to 30

November 2021, however since 30

November 2021 is a holiday the

deadline therefore is 01 December

2021, hence the reason why the BAC

is obliged to reply to your letter.

Post-Qualification Documents under

ITB/BDS Clause 20.1 should be limited

to those enumerated under Section

34.2 of the RA 9184 IRR.

See Item 2.b and 5 of this

addendum.

The Checklist of Technical

Component Envelope contains

technical requirements that violate

Section 18 of RA 9184 and its IRR.

Requirements retained.

The Checklist of Technical

Component Envelope contains a

technical requirement on the bidder's

track record that also clearly violates

Section 23.1 (a) (v) of the RA 9184 IRR.

Requirements retained.

The BFP-NHQ BAC clearly failed in

following the prescribed bidding

procedures for this Project.

The BAC followed the prescribed

bidding procedures for this project.

7. For guidance and information of all concerned. ROEL JEREMY G DIAZ

CSUPT (DSC) BFP Deputy Chief for Administration/ Chairman, BFP-NHQ BAC

Page 18: SUPPLEMENTAL BID/BULLETIN

ANNEX A

Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

or

⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),

Department of Trade and Industry (DTI) for sole proprietorship, or

Cooperative Development Authority (CDA) for cooperatives or its

equivalent document,

and

⬜ (c) Mayor’s or Business permit issued by the city or municipality where the

principal place of business of the prospective bidder is located, or the

equivalent document for Exclusive Economic Zones or Areas;

and

⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved

by the Bureau of Internal Revenue (BIR).

Technical Documents

⬜ (e) Statement of the prospective bidder of all its ongoing government and

private contracts, including contracts awarded but not yet started, if any,

whether similar or not similar in nature and complexity to the contract to be

bid; and

⬜ (f) Statement of the bidder’s Single Largest Completed Contract (SLCC)

similar to the contract to be bid, except under conditions provided for in

Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184,

within the relevant period as provided in the Bidding Documents; and

⬜ (g) Original copy of Bid Security. If in the form of a Surety Bond, submit also a

certification issued by the Insurance Commission;

or

Original copy of Notarized Bid Securing Declaration; and Note: If the bidder opts to participate in both Lot 1 and Lot 2, bid security shall be

submitted for each lot.

⬜ (h) Conformity with the Technical Specifications, which may include

production/delivery schedule, manpower requirements, and/or after-

sales/parts, if applicable;

1. Guarantee/certification from the exclusive distributor/assembler in

the Philippines of the brand of the engine, cab and chassis of the

firetruck being offered, to ensure availability of supplies, parts and

accessories for at least ten (10) years after the expiration of the

warranty period.

2. Certification that the spare parts for the engine, cab and chassis had

been available, sold and distributed in the Philippine market for the

last fifteen (15) years immediately preceding the submission and

opening of bids. The certification shall be issued by the exclusive

distributor/assembler in the Philippines of the brand of the engine,

Page 19: SUPPLEMENTAL BID/BULLETIN

cab and chassis of the firetruck being offered. Proof compliance to the

15 years of availability, selling and distribution shall be attached.

3. A certification from the bidder that it has at least one (1)

established/authorized and/or accredited service center that has

available in-house trained service and repair technicians locally with

training certificates to provide immediate support in case of immediate

repair of the chassis, engine, body and fire pump of the fire truck in the

following regions of the country, Regions 1, 2, 3, 4A, 4B, 5, 6, 7, 8, 9,

10, 11, 12, CARAGA and NCR. For this purpose, the bidder should

attach the following:

a) List of service center in the regions stated above with

corresponding address, contact person, and contact

number (mobile and/or landline number);

b) List of service and repair technicians of the cab and

chassis, engine, body and fire pump.

c) Training certificates of the service and repair technicians

of the, engine, cab and chassis and fire pump.

4. Certification from the bidder that they had been engaged in the

manufacturing/assembly/and/or sale and supply of fire trucks and/or

rescue truck vehicle in the Philippines for at least fifteen (15) years

immediately preceding the submission and opening of bids. Proof

compliance shall be attached.

5. Certification that the brand of the engine, cab and chassis of the

firetruck being offered have been available and sold in the Philippine

market for at least twenty (20) years immediately preceding the

submission and opening of bids. The certification shall be issued by the

exclusive distributor/assembler in the Philippines of the brand of the

engine, cab and chassis of the firetruck being offered. For this purpose,

proof of appointment as exclusive distributor/assembler from the brand

owner shall be submitted. Proof compliance for the availability and

selling in the Philippines for at least 20 years shall be attached.

6. The bidder shall submit the following documents for Centrifugal Pump

Test Report, to wit:

a. Centrifugal Pump Performance Test.

b. Centrifugal Pump Hydrostatic Test Report.

7. Certification from the pump manufacturer that the fire pump of the

firetruck being offered by the bidder has been available in the

Philippine market for the last twenty (20) years immediately preceding

the submission and opening of bids. Proof compliance for the

availability in the Philippines for at least 20 years shall be attached.

8. Single line diagram showing the PTO system.

9. A certification from the engine manufacturer that the engine is Euro IV

compliant. Proof compliance shall be attached.

10. Product Brochures in English language must be submitted for the

following:

i. Engine

ii. Cab and Chassis

iii. Fire Pump

iv. Water Monitor

v. Fire Fighter’s Helmet

Page 20: SUPPLEMENTAL BID/BULLETIN

vi. Fire Fighter’s Coats and Trousers

vii. Fire Fighter’s Gloves

viii. Fire Fighter’s Boots

ix. Fire Fighter’s Hoses

x. Fire Fighter’s Nozzle

xi. Foam Generating Nozzle

xii. Self-Contained Breathing Apparatus

xiii. Aqueous Film Forming Foam 3% (AFFF)

11. ISO 9001 certification of the fire truck manufacturer.

12. A certification from the chassis manufacturer that the offered chassis

has underwent stress analysis. Proof of compliance shall be attached.

13. Certificate of compliance with standards of EN or NFPA or JIS (Japan

Industrial Standards) issued by an ISO 17025 certified third-party

testing facility for the offered fire pump.

14. Type approval certificate from NTC of the mobile and portable radios. 15. List of clients with its corresponding address for within at least fifteen

(15) years immediately preceding the submission and opening of bids as supporting document to the requirement in Item IX.A.4 of this technical specification.

16. Design, plans and specifications. Computer Aided Drawings (CAD)/Shop Drawings

i. Whole Fire Truck

ii. Superstructure

iii. Water Tank

iv. Foam Tank

⬜ (i) Original duly signed Omnibus Sworn Statement (OSS);

and if applicable, Original Notarized Secretary’s Certificate in case of a

corporation, partnership, or cooperative; or Original Special Power of

Attorney of all members of the joint venture giving full power and authority

to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents

⬜ (j) The Supplier’s audited financial statements, showing, among others, the

Supplier’s total and current assets and liabilities, stamped “received” by the

BIR or its duly accredited and authorized institutions, for the preceding

calendar year which should not be earlier than two (2) years from the date of

bid submission; and

⬜ (k) The prospective bidder’s computation of Net Financial Contracting Capacity

(NFCC);

or

A committed Line of Credit from a Universal or Commercial Bank in lieu of

its NFCC computation.

Class “B” Documents

⬜ (l) If applicable, a duly signed joint venture agreement (JVA) in case the joint

venture is already in existence;

or

Page 21: SUPPLEMENTAL BID/BULLETIN

duly notarized statements from all the potential joint venture partners stating

that they will enter into and abide by the provisions of the JVA in the instance

that the bid is successful.

Other documentary requirements under RA No. 9184 (as applicable)

(m) [For foreign bidders claiming by reason of their country’s extension of

reciprocal rights to Filipinos] Certification from the relevant government

office of their country stating that Filipinos are allowed to participate in

government procurement activities for the same item or product.

(n) [For foreign corporations] Notarized Affidavit of Undertaking to submit the

SEC Certificate of Registration and/or the authorization or License issued by

the appropriate government agency per GPPB Resolution No. 25-2019, dated

30 October 2019 within ten (10) calendar days from the receipt of the Notice

of Award.

⬜ (o) Certification from the DTI if the Bidder claims preference as a Domestic

Bidder or Domestic Entity.

II. FINANCIAL COMPONENT ENVELOPE

⬜ (a) Original of duly signed and accomplished Financial Bid Form; and

⬜ (b) Original of duly signed and accomplished Price Schedule(s).