Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND...

30
Page 1 of 30 Supplemental / Bid Bulletin No. 2 Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection National Capital Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069 Supplemental/Bid Bulletin No. 2 SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION NATIONAL CAPITAL REGION (BFP-NCR) Bid Reference No. GPG-B1-2018-069 This Supplemental/Bid Bulletin No. 2 is being issued to further clarify, modify and amend the provisions in the Bidding Documents and in response to clarification from prospective bidders for the aforementioned project. A) AMENDMENT TO BIDDING DOCUMENTS: FROM TO SECTION III. BID DATA SHEET (BDS) 12.1 Technical Documents …xxx… (ii) Completed and signed Technical Bid Form. Bidder must use, accomplish and submit the Technical Bid Form attached as follows: Item No. Description Technical Bid Form 1 Firefighter’s Helmet Revised Annex V-A 2 Firefighter’s Boots Revised Annex V-B 3 Firefighter’s Coats and Trousers Revised Annex V-C …xxx… …xxx… (ii) Completed and signed Technical Bid Form. Bidder must use, accomplish and submit the Technical Bid Form attached as follows: Item No. Description Technical Bid Form 1 Firefighter’s Helmet 2 nd Revised Annex V-A 2 Firefighter’s Boots Revised Annex V-B 3 Firefighter’s Coats and Trousers Revised Annex V-C …xxx… …xxx… (iii) Duly signed/conformed Technical Specification of BFP-NCR attached as follows: Item No. Description Technical Bid Form 1 Firefighter’s Helmet Revised Annex V-A1 2 Firefighter’s Boots Revised Annex V-B1 3 Firefighter’s Coats and Trousers Revised Annex V-C1 …xxx… …xxx… (iii) Duly signed/conformed Technical Specification of BFP-NCR attached as follows: Item No. Description Technical Bid Form 1 Firefighter’s Helmet 2 nd Revised Annex V-A1 2 Firefighter’s Boots Revised Annex V-B1 3 Firefighter’s Coats and Trousers Revised Annex V-C1 …xxx… BIDS AND AWARDS COMMITTEE I

Transcript of Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND...

Page 1: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 1 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Supplemental/Bid Bulletin No. 2

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE

PROTECTION – NATIONAL CAPITAL REGION (BFP-NCR)

Bid Reference No. GPG-B1-2018-069

This Supplemental/Bid Bulletin No. 2 is being issued to further clarify, modify and amend the provisions in the Bidding Documents and in response to clarification from prospective bidders for the aforementioned project.

A) AMENDMENT TO BIDDING DOCUMENTS:

FROM TO

SECTION III. BID DATA SHEET (BDS)

12.1 Technical Documents

…xxx…

(ii) Completed and signed Technical Bid Form. Bidder must use, accomplish and submit the Technical Bid Form attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet Revised Annex V-A

2 Firefighter’s Boots Revised Annex V-B

3 Firefighter’s Coats and Trousers

Revised Annex V-C

…xxx…

…xxx…

(ii) Completed and signed Technical Bid Form. Bidder must use, accomplish and submit the Technical Bid Form attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet 2nd Revised Annex V-A

2 Firefighter’s Boots Revised Annex V-B

3 Firefighter’s Coats and Trousers

Revised Annex V-C

…xxx…

…xxx…

(iii) Duly signed/conformed Technical Specification of BFP-NCR attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet Revised Annex V-A1

2 Firefighter’s Boots Revised Annex V-B1

3 Firefighter’s Coats and Trousers

Revised Annex V-C1

…xxx…

…xxx…

(iii) Duly signed/conformed Technical Specification of BFP-NCR attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet 2nd Revised Annex V-A1

2 Firefighter’s Boots Revised Annex V-B1

3 Firefighter’s Coats and Trousers

Revised Annex V-C1

…xxx…

BIDS AND AWARDS COMMITTEE I

Page 2: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 2 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

…xxx…

(v) Duly completed and signed Bidder’s Statement of Reference of Technical Specification attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet Annex V-A3

2 Firefighter’s Boots Annex V-B3

3 Firefighter’s Coats and Trousers

Annex V-C3

…xxx…

…xxx…

(v) Duly completed and signed Bidder’s Statement of Reference of Technical Specification attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet Revised Annex V-A3

2 Firefighter’s Boots Annex V-B3

3 Firefighter’s Coats and Trousers

Revised Annex V-C3

…xxx…

B) REPLIES TO BIDDER’S QUERIES:

Query 1 Why is performance testing method for Helmet and Visor limited ONLY to ANSI Z89.1 – 2004 (or later edition) and ANSI/ISEA Z87.1 – 2015 (or later edition)?

Query 2 Will you allow EN/ISO performance testing method since you require Helmets to meet EN 443 standard?

Query 3 Is the END USER favoring NFPA Helmets over EN Helmets for requiring only ANSI Z89.1 & ANSI Z87.1 as the preferred performance testing methods?

BAC/

BFP-NCR Reply

1,2 & 3

Please refer to the Item V. Testing and Acceptance Procedures and Parameters in the Technical Specification attached as 2nd Revised Annex V-A1.

(Please use the 2nd Revised Annex V-A1)

Please use the attached 2nd Revised Annex V-A, 2nd Revised Annex V-A1, Revised Annex V-A3 and Revised Annex V-C3 together with all other required documents for the Bid Opening on 29 June 2018, Friday, 9:00AM. Please use the revised checklist of requirements as reference.

This Supplemental/Bid Bulletin 2 shall form part of the Bidding Documents. Any provisions in the Bidding Documents inconsistent herewith is hereby amended, modified and superseded accordingly.

For guidance and information of all concerned. Issued this 21st of June 2018 in Makati City.

Page 3: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 3 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Reviewed and Approved by:

(Sgd)ATTY. MA. VICTORIA C. MAGCASE Chairperson, Bids and Awards Committee - I

(Sgd)ATTY. MA. GUDELIA C. GUESE Vice Chairman

(Sgd)CHRISTABELLE P. EBRIEGA (Sgd)MYRA CHITELLA T. ALVAREZ Member Member

DAVID A. INOCENCIO

Member

Concurred by:

(Sgd)SSUPT. MANUEL M. MANUEL, DSC BAC Provisional Member – BFP-NCR

Received by:

________________________________________ _________________________________ (SIGNATURE OVER PRINTED NAME & DATE) NAME OF COMPANY

(PLEASE RETURN OR FAX THIS PAGE ONLY TO THE PITC BAC-I)

Page 4: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 4 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER

2nd

Revised Annex V-A (Page 1 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref No. GPG-B1-2018-069

ITEM NO. 1: FIREFIGHTER’S HELMET

TECHNICAL BID FORM

PHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPIN

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (per line no.) under Bidder’s Statement of Compliance if bidder can meet the technical specifications. DO NOT LEAVE ANY BLANK. A “YES OR NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No:

Project Requirements

Bidder’s Statement of Compliance

1) Supply and Delivery of Firefighting Helmet per Technical Specifications of BFP-NCR as per 2nd Revised Annex V-A1.

2)

PLEASE SPECIFY BRAND AND MODEL BEING OFFERED:

3)

Bidder has no overdue deliveries or unperformed services intended for PITC and the Bureau of Fire Protection – National Capital Region (BFP-NCR)

4) Bidder did not participate as Consultant to the BFP-NCR or PITC relative to this procurement project.

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, have examined the Bidding Documents including Bid Bulletins, as applicable, hereby BID to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

_____________________________________________________________ Name of Company (in print)

________________________________________ Signature of Company Authorized Representative

___________________________________________________ Name & Designation (in print)

__________________________________ Date

Page 5: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 5 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER

2nd Revised Annex V-A (Page 2 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref No. GPG-B1-2018-069

ITEM NO. 1: FIREFIGHTER’S HELMET

TECHNICAL BID FORM

PHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCOPRORAT

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (per line no.) under Bidder’s Statement of Compliance if bidder can meet the technical specifications. DO NOT LEAVE ANY BLANK. A “YES OR NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No:

Other Requirements Bidder’s

Statement of Compliance

5)

Helmet Requirement per Color:

Color Quantity

White 10 pcs

Red 16 pcs

Yellow 1,349 pcs

Line No.

Additional Requirements to be provided by the Bidder, If Declared as Lowest/Single Calculated Bids

Bidder’s Statement of Compliance

6)

PRESENTATION OF PROTOTYPE / SAMPLE

(a) To submit at least one (1) prototype/sample of the item being bid in any color indicated in the Technical Specifications of BFP-NCR within seven (7) calendar days after receipt of notice Single/Lowest Calculated Bid for POST QUALIFICATION, PHYSICAL INSPECTION AND REFERENCE DURING DELIVERY.

(b) The prototype/sample to be submitted during post-qualification must be the same or similar to the

product being offered.

(c) The submission shall also be covered by a certification with test result issued by any of the qualified testing Laboratory or Certifying Body/Agency such as but not limited to UL, FM, TUV and other qualified certifying bodies with ISO 17025 certification of the country of origin declaring that the product to be supplied has complied with the reference NFPA or EN STANDARDS for

structural firefighting.

Note: If not in English, must be subject to requirement per Clause 11 of the Instruction to Bidders.

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, have examined the Bidding Documents including Bid Bulletins, as applicable, hereby BID to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

________________________________________________________ Name of Company (in print)

________________________________________ Signature of Company Authorized Representative

___________________________________________________ Name & Designation (in print)

__________________________________ Date

Page 6: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 6 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER

2nd Revised Annex V-A (Page 3 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref No. GPG-B1-2018-069

ITEM NO. 1: FIREFIGHTER’S HELMET

TECHNICAL BID FORM

PHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPIN

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (per line no.) under Bidder’s Statement of Compliance if bidder can meet the technical specifications. DO NOT LEAVE ANY BLANK. A “YES OR NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No.

REQUIREMENTS IF AWARDED THE CONTRACT Bidder’s

Statement of Compliance

7) Packaging: All fire Helmets shall be packed individually in a box using the accepted manufacturing standards.

8)

Delivery Period: Within One Hundred Twenty (120) calendar days upon receipt of Notice to proceed (NTP).

Delivery Place: BFP-NCR Ermin Gracia St., Brgy. Pinagkaisahan, Cubao, Quezon City

Delivery Conditions:

All delivery/ies must be done in the presence of BFP-NCR and PITC authorized representative/s.

PITC representative/s shall attend all the delivery attestation, transportation and other incidental expenses of PITC representative/s incurred in deliveries shall be for the account of the Supplier and shall be deducted accordingly against payment.

The supplier must inform PITC account officer and BFP-NCR Regional Supply Officer at least seven (7) days prior to the delivery of goods in delivery place/site. Failure to give due notice shall be a

ground for non-acceptance of delivery.

Other than the delivery schedule / quantities stated, NO partial deliveries are allowed. Only

Complete deliveries will be accepted.

Deliveries made for “safekeeping” purposes are NOT ALLOWED.

All expenses related to the delivery, inspection and acceptance shall be for the account of the supplier.

BIDDER’S UNDERTAKING I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby BID to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

_____________________________________________________________ Name of Company (in print)

________________________________________ Signature of Company Authorized Representative

___________________________________________________ Name & Designation (in print)

__________________________________ Date

Page 7: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 7 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER

2nd Revised Annex V-A (Page 4 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref No. GPG-B1-2018-069

ITEM NO. 1: FIREFIGHTER’S HELMET

TECHNICAL BID FORM

PHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCOPRORAT

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (per line no.) under Bidder’s Statement of Compliance if bidder can meet the technical specifications. DO NOT LEAVE ANY BLANK. A “YES OR NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No.

REQUIREMENTS IF AWARDED THE CONTRACT Bidder’s

Statement of Compliance

9)

TESTING AND ACCEPTANCE PROCEDURES AND PARAMETERS:

Inspection and final acceptance of the items delivered shall be attested by the BFP-NCR and PITC representatives to confirm correctness of the items and compliance with Testing and Acceptance Procedure and Parameters in the Technical Specification of the BFP-NC (as per 2nd Revised Annex V-A1): a. As part of the acceptance requirements to ensure compliance with the technical

specifications, the manufacturer/supplier shall provide a minimum of nine (9) pieces extra helmet (color may vary) or as per requirement of testing laboratory, over and above the contracted quantity representing the delivered item that will be randomly sampled during delivery.

b. The samples, in coordination with BFP-NCR, PITC, and the Supplier shall be subjected to all of the specified performance testing method to be conducted by DOLE-

Occupational Safety and Health Center (DOLE-OSHC) )/ UL, FM, TUV and any other qualified laboratories with ISO 17025 certification as suitable to conduct acceptance testing or other designated testing laboratories/facilities/agencies locally

using ISO/NFPA/EN accepted standards as alternate testing facilities for performance testing before final acceptance, to wit: 1. SHELL PERFORMANCE TESTS

a. Impact Resistance (Force Transmission) – no sample shall transmit a force of more than 454 Kg (4452 N).

BIDDER’S UNDERTAKING I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby BID to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

_____________________________________________________________ Name of Company (in print)

________________________________________ Signature of Company Authorized Representative

___________________________________________________ Name & Designation (in print)

__________________________________ Date

Page 8: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 8 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER

2nd

Revised Annex V-A (Page 5 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref No. GPG-B1-2018-069

ITEM NO. 1: FIREFIGHTER’S HELMET

TECHNICAL BID FORM

PHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPIN

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (per line no.) under Bidder’s Statement of Compliance if bidder can meet the technical specifications. DO NOT LEAVE ANY BLANK. A “YES OR NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No.

REQUIREMENTS IF AWARDED THE CONTRACT Bidder’s Statement

of Compliance

9) Continuation

b. Penetration Resistance (Physical Penetration Test) – shall exhibit

no electrical or physical contact between the penetration striker and the head form.

c. Electrical Resistance (Electrical Insulation) – samples shall not have a leakage current exceeding 3.0 mA (@ 2,200 volts) and 9.0 mA (@ 20kV) and will not burn through at 30,000 volts.

d. Flammability (Flame Resistance) – shall not show any visible flame or glow 5.0 sec. after removal from test flame.

2. VISOR PERFORMANCE TESTS

a. High Mass Impact b. Refractive Power Test c. Corrosion Resistance Test for Metal Components

c. Supplier shall responsible for all the expenses to be incurred for all of the tests and inspection requirements.

10)

Warranty Period:

Minimum of One (1) year and against defects on all its components;

Undertaking to provide a service unit for components that need repair or replacement during the warranty period within seven (7) calendar days of notification;

Warranty period shall commence from the date of acceptance by PITC and BFP-NCR.

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, have examined the Bidding Documents including Bid Bulletins, as applicable, hereby BID to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

_____________________________________________________________ Name of Company (in print)

________________________________________ Signature of Company Authorized Representative

___________________________________________________ Name & Designation (in print)

__________________________________ Date

Page 9: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 9 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER

2nd

Revised Annex V-A (Page 6 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref No. GPG-B1-2018-069

ITEM NO. 1: FIREFIGHTER’S HELMET

TECHNICAL BID FORM

PHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPINEINTERNATIONALTRADINGCORPORATIONPHILIPPIN

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (per line no.) under Bidder’s Statement of Compliance if bidder can meet the technical specifications. DO NOT LEAVE ANY BLANK. A “YES OR NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No.

REQUIREMENTS IF AWARDED THE CONTRACT Bidder’s

Statement of Compliance

11)

OPERATION AND MAINTENANCE MANUAL: A product brochure/user’s manual shall accompany each helmet providing the following:

a. General Safety Information b. Product Features and Parts/Accessories c. Donning/Wearing Procedures d. Inspection Before/After usage Procedure e. Maintenance or Cleaning and Storage f. Notice/Warnings/Limitations/Cautions Instructions g. Product Warranty and Contact Information

12)

Replacement of Defective Items: Within Seven (7) calendar days from receipt of Notice of Defects from BFP-NCR/PITC, the supplier shall replace any newly delivered unit found defective that maybe traceable to poor workmanship, use of poor quality materials, and non-compliance with the specifications.

13)

As one of documentary requirements for payment (as applicable), submit certified true copies of pertinent tax receipts and duties paid on the imported parts/equipment pursuant to COA Memo No. 90-684 dated Dec. 5, 1990/Administrative Order No. 200 dated November 20, 1990. For locally purchased materials, the BIR registered sales invoice of the seller is acceptable.

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, have examined the Bidding Documents including Bid Bulletins, as applicable, hereby BID to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

_____________________________________________________________ Name of Company (in print)

________________________________________ Signature of Company Authorized Representative

___________________________________________________ Name & Designation (in print)

__________________________________ Date

Page 10: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 10 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

2nd Revised Annex V-A1 (Page 1 of 6)

TECHNICAL SPECIFICATION

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 11: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 11 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

2nd Revised Annex V-A1 (Page 2 of 6)

TECHNICAL SPECIFICATION

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 12: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 12 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

2nd Revised Annex V-A1 (Page 3 of 6)

TECHNICAL SPECIFICATION

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 13: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 13 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

2nd Revised Annex V-A1 (Page 4 of 6)

TECHNICAL SPECIFICATION

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 14: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 14 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

2nd Revised Annex V-A1 (Page 5 of 6)

TECHNICAL SPECIFICATION

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 15: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 15 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

2nd Revised Annex V-A1 (Page 6 of 6)

TECHNICAL SPECIFICATION

Conforme: __________________________________

Bidder’s Company Name __________________________________

Name & Signature of Authorized Representative __________________________________

Designation _____________________________

Date

Page 16: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 16 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Revised Annex V-A3 (Page 1 of 3)

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTERS PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref No. GPG-B1-2018-069

ITEM NO. 1: FIREFIGHTER’S HELMET

BIDDER’S STATEMENT OF REFERENCE OF TECHNICAL

SPECIFICATION

DECRIPTION PLEASE SPECIFY THE BRAND AND

MODEL BEING OFFERED:

Firefighter’s Helmet

(NOTE: IN CASE OF INCONSISTENCIES IN THE TECHNICAL SPECIFICATIONS/ REQUIREMENTS BETWEEN THE TERMS OF REFERENCE AND THE BIDDER’S STATEMENT OF REFERENCE OF TECHNICAL SPECIFICATIONS. BIDDERS MUST COPY/ ENCODE THE CORRECT

SPECIFICATIONS BASED ON THE TERMS OF REFERENCE)

TECHNICAL SPECIFICATIONS

REFERENCE (Indicate where the particular technical specification can be validated, i.e. Page number of brochure/data sheet, manual,

prototype)

A. SHELL (Outer Shell)

1. Shell Material: Shall be made of composite material of either thermoplastic or heat resistant synthetic-fiber materials and of smoothed finish.

2. Trim:

Fluorescent and retroreflective trim on the shell exterior

a) The entire surface area of the trim shall be both fluorescent and retroreflective.

b) Shall be composed of a single or dashed horizontal strip with a total/aggregate surface area of at least 12,400 mm² and a height of not less than 25 mm (1 in.)

c) It shall have a Coefficient of Retroreflection (Ra) of not less than 100 cd/lux/m2 (100 cd/fc/ft2).

d) The color shall either be fluorescent yellow-green OR lime yellow.

3. Brim:

Shall be ergonomically and circumferentially designated with rear part being extended to a downward angle that is approximately 60-85 millimeters (mm) long and 260 mm wide ±10%.

4. Brim Guard: Shall be composed of edge trim that will not melt, drip or burn at high temperature and providing extra durability to the helmet edge.

5. Visor Port or Attachment:

Shall be provided for holding/retaining the visor assembly.

Page 17: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 17 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Revised Annex V-A3 (Page 2 of 3)

TECHNICAL SPECIFICATIONS

REFERENCE (Indicate where the particular technical specification can be validated, i.e. Page number of brochure/data sheet, manual,

prototype)

B. ENERGY ABSORBING SYSTEM

1. Inner shell or Impact Liner

Shall be made of heat resistant polycarbonate/thermoplastic/high strength nylon material designated to address the impact force.

2. Inner Liner / Comfort Liner

Made of urethane foam located between the outer shell and Inner shell.

C. RETENTION OR SUSPENSION SYSTEM

1. Helmet Retention and Adjustment System

1.a Head Band

a. Shall be made of plastic to receive, retain head sizes

b. Head sizes from six (6) to eight (8) c. With liner made of standard flannel

1.b Nape Device

a. Shall be provided as part of the headband and located below the “Bitragion Inion Arc”

b. Provided with padding for ease and comfort.

1.c Ratchet Adjustment System

a. Shall be provided and located at the nape device to allow proper adjustment for the headband to fit and prevents backing out or slipping during use.

2. Crown Strap a. Shall be made of ¾ in. nylon woven straps b. Connected to at least four attachment points

to serve as impact cap’s suspension.

3. Chin Strap

1. Shall be made of high strength and flame resistant fabric material

2. With quick-release buckle 3. With easy adjustment feature for efficient

performance, safety and fit. 4. Shall have a minimum width of 19 mm.

D. VISOR

1. Visor configuration

Shall be made of Polycarbonate material 1. At least 110 mm ± 10% shape molded,

optically correct, designed to fit over breathing apparatus face masks with anti-scratch lens coating.

2. Shall have a safety reference standard of NFPA 1971 or EN 166 or equivalent

3. Shall meet the respective requirements for visor in accordance with ANSI/ISEA Z87.1. or any equivalent standard for Occupational and Educational Personal Eye and Face Protection Device.

Page 18: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 18 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Revised Annex V-A3 (Page 3 of 3)

Certified By: __________________________________________ Authorized Representative Name and Signature Date: ___________________________

TECHNICAL SPECIFICATIONS

REFERENCE (Indicate where the particular technical specification can be validated, i.e. Page number of brochure/data sheet, manual,

prototype)

Retention System

Shall be provided to safely secure on both sides the visor through a hardware made of a high impact, fire retardant material that will not corrode, conduct heat or electricity.

E. EAR AND NECK COVER / PROTECTION

4. Made of heat and flame resistant fabric material with temperature rating of not less than 180°C full sized design sufficient to cover the ear and neck portion with added two layers of fire resistant cotton fabric (aluminum coated fabric is not applicable)

Retention System – shall be provided to securely attach the cover to the main shell by snap type fasteners (e.g. nylon hook and loops)

F. COLOR

1) Helmet shall be available in White, Red and Yellow colors.

C. MISCELLANEOUS

1. Helmet Hanger Shall be of a standard D-ring type of stainless steel securely fastened at the center of the rear brim

Page 19: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 19 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Revised Annex V-C3 (Page 1 of 4)

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROTECTION –

NATIONAL CAPITAL REGION (BFP-NCR) Bid Ref No. GPG-B1-2018-069

ITEM NO. 3: FIREFIGHTER’S COAT AND TROUSERS

BIDDER’S STATEMENT OF REFERENCE OF TECHNICAL SPECIFICATION

DECRIPTION PLEASE SPECIFY THE BRAND AND

MODEL BEING OFFERED:

Firefighter’s Coat and Trousers

(NOTE: IN CASE OF INCONSISTENCIES IN THE TECHNICAL SPECIFICATIONS/ REQUIREMENTS BETWEEN THE TERMS OF REFERENCE AND THE BIDDER’S STATEMENT OF REFERENCE OF TECHNICAL SPECIFICATIONS. BIDDERS MUST COPY/ ENCODE THE CORRECT

SPECIFICATIONS BASED ON THE TERMS OF REFERENCE)

TECHNICAL SPECIFICATIONS

REFERENCE (Indicate where the particular technical specification can be validated, i.e. Page number of brochure/data sheet, manual,

prototype)

A. OUTER SHELL

1. Flame Resistance shall pass the ASTM D 6413 or equivalent Standard Test Methods with the following value: a. After flame time is 0 second; b. Afterglow time is 0 second; and c. Char length is not exceeding 101 mm (4 inches)

2. Thermal or Heat Resistance pursuant to ISO 17493 or equivalent Standard Tests shall not ignite, melt or drip and shrink more 5% when subjected to a test temperature of 180°C ± %°C

3. Dimensional Change pursuant to ISO 5077, ISO 3759:2007 (E), ISO 6330:2000 (E), ISO 139:2005 and EN 469:1995, the garment after subjecting to five (5) cycles of washing and drying shall not shrink more than 3% in both lengthwise and widthwise.

4. The material shall be pre-shrunk and firmly woven with yarns plied, double and twisted for extra strength with either Water Resistant Impact Penetration (WRIP) property pursuant to NFPA/AATCC Standards Test with a value of not more than 5 grams or for Surface Wetting Test property pursuant to EN 24920 Standard Test with a value equal to or greater than 4 spray rating.

5. Mechanical Resistance Properties shall apply to its material tear strength either pursuant to ASTM D 5587 Standard Test with a value of not less than 100 Newton or for ISO 13937-2 Standard Test with a value of equal to or greater than 25 Newton.

B. INNER LINNINGS – the inner linings shall be composed of flame (felt) quilted thermal barrier sewn to a moisture barrier material.

i. Moisture Barrier, and Thermal Barriers shall extend at least to the neckline seam of the coat, at least to the waistline seam of the trouser, and shall extend at least to within 75mm (3in) of the bottom outer shell hems of both coats and trousers.

ii. Any mechanism used to attach the liner system to the coat sleeves or trouser legs shall not be greater than 25 mm (1 in) between the attachment points and the mechanism and attachment points shall not be expandable.

iii. For the coat, it shall extend at least to within 25mm (1in) of the sleeve ends of the outer shell and shall be attached at or adjacent to the end of the coat sleeves.

iv. The inner linings shall be detachable using zipper, snap or nylon hook & loop fasteners or its equivalent type to the outer shell.

Page 20: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 20 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Revised Annex V-C3 (Page 2 of 4)

TECHNICAL SPECIFICATIONS

REFERENCE (Indicate where the particular technical specification can be validated, i.e. Page number of brochure/data sheet, manual,

prototype)

C. BODY STITCH AND SEAMS - All sewing thread used in the construction of the coat and trouser shall be inherently flame resistant materials.

C.1 COAT

5. The body shall be at least two-piece with heavy duty reinforced double stitched back seam.

6. All seams shall be reinforced double stitched with fire/flame resistance thread treated for water proofing

7. Those high stress areas like collar line, sleeve line and side seam line shall be triple stitched or other similar reinforced stitched of equivalent strength.

C.2 Seam Breaking Strength (Tensile/Shearing Strength) by Strip Method using applicable provisions of ASTM D 5035 or equivalent standard:

C.2.1 Neck or Collar Seam equal or greater than 51 kilogram-force (kgf)

C.2.2. Shoulder Seam equal or greater than 51 kgf

C.2.3. Armpit Seam equal or greater than 25.5 kgf

C.2.4. Side Seam equal or greater than 12.75 kgf

C.3 TROUSER 1. The body seams shall be reinforced double stitched with thread

treated for water proofing 2. Those high stress areas like buttocks line and waistline areas shall

be triple stitched or other similar reinforced stitched of equivalent strength.

C.4 Seam Breaking Strength (Tensile/Shearing Strength) by Strip Method using applicable provisions of ASTM D 5035 or equivalent standard:

C.4.1 Crotch Seam equal or greater than 51 kilogram-force (kgf)

C.4.2 Inner Seam equal or greater than 12.75 kgf

C.4.3 Outer Seam equal or greater than 12.75 kgf

D. SHOULDER AND BACK YOKE CONSTRUCTION - The shoulder and back yoke shall be permanently reinforced from a point on the front of the coat at 150 mm ± 10 mm from the crown of the shoulder to a point on the back of the coat at 190 mm ± 10 from the bottom of the collar by a double thickness of the cloth.

E. SLEEVES - The sleeves shall be set-in with fitted shoulders and attached to the coats so that there is no restriction of arm movement and the wrist are covered when the arms are raised above the head.

F. WRISTLET 1. Each sleeve shall be provided with snug fitting rib-knitted

wristlet/sleeve cuffs made of fire resistant materials. 2. The wristlet/sleeve cuffs shall be attached to the sleeves. 3. Its color shall be black.

Page 21: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 21 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Revised Annex V-C3 (Page 3 of 4)

TECHNICAL SPECIFICATIONS

REFERENCE (Indicate where the particular technical specification can be validated, i.e. Page number of brochure/data sheet, manual,

prototype)

G. COLLAR 1. Coat shall have a composite collar at least 75 mm (3in) in height at any point

when measured from the top of the collar down 2. Properly designed so that both end will overlap each other by at least 25 mm

(1 in.) when in closed position. 3. Collar and closure system (composite) shall consist of the outer shell, moisture

barrier, and thermal barrier. 4. It shall be of the same materials as the outer shell and inner linings. 5. No snaps shall directly contact the skin when the collar is in the closed position.

H. COAT HANGER LOOP A high strength fabric coat hanger loop shall be provided at the center back collar line for hanging and drying purposes.

I. STORM FLAP AND CLOSURE

I.1 COAT 1. Main closure shall be heavy duty zipper. 2. Storm Flap shall extend from the top most part of the collar line down to the

lowest part of the coat hem. 3. Storm flaps shall be at least 135 mm ± 15 mm in width and shall consist of an

outer shell, thermal barrier and moisture barrier. 4. A nylon hook & loop at least 25 mm wide and heavy duty zipper closure.

I.2 TOUSER 1. Main closure shall be heavy duty zipper. 2. The storm flap of the trouser fly shall be secured with nylon hook and loop

fasteners of at least 25 mm in width. 3. The trouser closure system shall be constructed in a manner that provides

continuous moisture and thermal protection.

J. RETROFECTIVE TRIMS/STRIPES AND MARKINGS

J.1. Trims shall have a coefficient of retroreflection (Ra) of not less than 100 cd/lux/m² (100 cd/fc/ft²) and shall have the color be lime yellow with silver stripe.

J.2. The Trim shall be at least 50 mm (2 in) wide and shall have both retroreflective and fluorescent surfaces with the retroreflective surface of trim shall be at least 16 mm wide.

J.3 The coat and trouser shall have a continuous circumferential band of trims of color yellow green and silver at the following areas of the outer shell for visibility enhancement:

J.3.1 COAT

a. One (1) at the mid-level of Fire Coat (continuous from front to back);

b. One (1) at the bottom level of Fire Coat (continuous from front to back);

c. One (1) for each sleeve between the wrist and elbow level;

d. One (1) permanent luminous “BFP” markings at the back.

J.3.2 TROUSER

a. One band of continuous trim around each leg between the bottom hem and knee area.

K. PADS – Pads shall be provided as follows:

1. Shoulder pads of 100 mm - 150 mm wide to cover the entire shoulder length and made of flame and abrasion resistant fabric (leather).

Page 22: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 22 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

Revised Annex V-C3 (Page 4 of 4)

Certified By: __________________________________________ Authorized Representative Name and Signature Date: ___________________________

TECHNICAL SPECIFICATIONS

REFERENCE (Indicate where the particular technical specification can be validated, i.e. Page number of brochure/data sheet, manual,

prototype)

2. Elbow pads of surface area not less than 25,200 mm² shall be provided on each sleeve made of flame and abrasion resistant fabric (leather).

3. Leather reinforced monochromatic knee patches (250 mm x 200 mm), made of flame abrasion resistant fabric, the entire perimeter of the pads shall be lock stitched.

L. POCKETS

1. Left and right outer breast pocket provision with a securing strap or loops for handheld radio and flashlight,

1. 90 mm width x 200 mm height (± 10 mm) 2. with snap strap cover of 110 mm width x 100 mm height (± 10 mm) 3. Equipped with snap type or nylon hook and loop fastener closure.

2. Coat: Two (2) cargo pockets; 1. 240 mm x 240 mm (± 10 mm) 2. It shall be provided. It shall have an overlapping cover of 260 mm width x 100 mm

height (± 10 mm) 3. with a snap type or hook and loop fastener closure system.

3. Trouser: Two (2) large thigh cargo pockets; 1. (250 mm x 250 mm x 25 mm) 2. of the same color and material as the trouser 3. Located at the outer side of the thigh 4. A flap cover of which shall be secured with a snap type or nylon hook and loop

fastener.

4. All pockets shall have a means of draining water.

M. WAISTBAND - The trouser shall have an elasticized waistband.

N. STRAPS/SUSPENDERS - The trouser shall have two (2) non-elastic fabric take-up straps with thermoplastic buckle and H-back or equivalent style suspenders.

O. ZIPPER – shall have an interlocking mechanism

P. TROUSER HANGER LOOPS 1. high strength fabric trouser hanger loop shall be provided at the center back

waistband 2. It shall be located at the inside part of the waist band and properly tack in/hidden

when not in use.

Q. TROUSER LEG OPENING 1. It shall be a minimum of 270 mm in width when measured across the hem when

the trouser is laid flat. 2. The opening may increase in proportion to the increase in size of the trouser.

R. SIZES - Firefighter’s coat and trouser shall be available in all of the following ASIAN built sizes:

1. For Men: Extra Large, Large and Medium. 2. For Women: Medium and Small.

S. COLOR – Dark Blue only

Page 23: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 23 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

PITC BIDS AND AWARDS COMMITTEE I

2nd REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS

Name of Company: ___________________________________________________________________

Project:

SUPPLY AND DELIVERY OF BRAND NEW VARIOUS FIREFIGHTING PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR THE BUREAU OF FIRE PROETECTION – NATIONAL CAPITAL REGION (BFP-NCR)

Bid Ref. No. GPG-B1-2018-069

Ref. No. Particulars

ENVELOPE 1: ELIGIBILITY AND TECHNICAL DOCUMENTS

(a) ELIGIBILITY DOCUMENTS

CLASS "A" DOCUMENTS

12.1 (a.1.)

ELIGIBILITY DOCUMENTS

(i) Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

(ii)

Valid and Current Business / Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR equivalent document for Exclusive Economic Zones or Areas;

In case or recently expired Mayor’s / Business permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as a post-qualification requirement.

(iii) Valid and Current Tax Clearance issued by Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR;

(iv)

Copy of Audited Financial Statements for 2017 and 2016 (in comparative form or separate reports): (a) Independent Auditor’s Report; (b) Balance Sheet (Statement of Financial Position); and (c) Income Statement (Statement of Comprehensive Income).

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

OR Submission of valid and current PHILGEPS Certificate of Registration and Membership (Platinum Registration*) together with Annex A in lieu of items (i), (ii), (iii) and (iv) above together with Annex A.

*Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PhilGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility Documents are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents including the Audited Financial Statements for 2016 and 2015 (stamped received by the BIR or its duly accredited and authorized institution) together with the Platinum Registration.

In case the bidder opts to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184. “GPPB Circular 07-2017 dated 31 July 2017”

Page 24: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 24 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

(v) Statement of the prospective bidder’s all ongoing government and private contracts (including contracts awarded but not yet started), if any whether similar or not in nature and complexity to the contract to be bid (Annex I);

(vi) Statement of Single Largest Completed Contract of similar nature within the last five (5) years from date of submission and receipt of bids equivalent to at least twenty five percent (25%) of the ABC of the lot being bid (Annex I-A).

“Similar contract” shall mean Firefighting Personal Protective Equipment.

Any of the following documents must be submitted/attached corresponding to listed completed largest contracts per Annex I-A: (a) Copy of End User’s Acceptance; or (b) Copy of Official Receipt/s; or (c) Copy of Collection Receipt with Sales Invoice

(vii) Duly signed Certificate of Net Financial Contracting Capacity (NFCC) per Annex II, in accordance with ITB Clause 5.5 OR Committed Line of Credit per Annex II-A.

a) Should the bidder opt to submit NFCC, computation must be at least be equal to the ABC of the project. The detailed computation using the required formula must be shown as provided for in Annex II.

NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started, coinciding with the contract to be bid.

Notes:

1. For Local Bidders: The values of the bidder's current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR.

2. The value of all outstanding or uncompleted contracts refers to those listed in Annex I. 3. The detailed computation must be shown using the required formula provided above.

b) The NFCC computation must at least be equal to the ABC of the project.

OR

b) Should the bidder opt to submit a committed Line of Credit, it must be at least equal

to ten percent (10%) of the ABC of the project issued by a Local Universal or Local Commercial Bank. The amount of the committed Line of Credit MUST BE MACHINE VALIDATED. (Annex II-A)

Page 25: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 25 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

a.3 FOR JOINT VENTURE

Class “B” Document: (For Joint Venture)

12.3 The participating entities entering a Joint Venture Agreement (JVA) are to be treated as a single entity and shall be jointly and severally responsible or liable for the obligations and liabilities incurred by any partner to the JV pertinent to the project requirements.

Hence, any Blacklisting Order and/or overdue deliveries intended for end-user or PITC shall apply to the JVA as the JV is deemed as one bidder.

a) For Joint Ventures, Bidder to submit either:

(i) Copy of the JOINT VENTURE AGREEMENT (JVA) in case the joint venture is already in existence, or

(ii) Copy of Protocol/Undertaking of Agreement to Enter into Joint Venture signed by 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. (Annex III)

In case the joint venture is not yet in existence, the submission of a valid JVA shall be within ten (10) calendar days from receipt by the bidder of the notice from the BAC that the bidder is the Lowest Calculated and Responsive Bid [Sec 37.1.4 (a) (i) of the 2016 Revised IRR of RA 9184]

The JVA or the Protocol/Undertaking of Agreement to Enter into Joint Venture (Annex III) must include/specify the company/partner and the name of the office designated as authorized representative of the Joint Venture.

(a) Each JV Partner, must also submit the following:

Local JV Partner

(i) Registration Certificate from the Securities and Exchange Commission (SEC) for corporations or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

(ii) Valid and Current Business / Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR equivalent document for Exclusive Economic Zones or Areas;

In case or recently expired Mayor’s / Business permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as a post-qualification requirement.

(iii) Valid and Current Tax Clearance issued by Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

Foreign JV Partner

(i) Valid and current certificate/license/authority to conduct/operate business issued by the regulatory authority in the country where the bidder is based;

(ii) Valid and Current Tax Clearance issued by Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

(iii) Corporate Financial Statement or Annual Report for 2017 or 2016.

Page 26: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 26 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

NOTE: * The following Eligibility – Technical and Eligibility – Financial Documents may be

submitted by only ONE of the parties to the JV:

1. Statement of all ongoing government and private contracts (including contracts awarded but not yet started), if any whether similar or not in nature and complexity to the contract to be bid. (Annex I);

2. Statement of Single Largest Completed Contract similar to the contract to be bid

within the last five (5) years from date of submission and receipt of bids equivalent to at least twenty five percent (25%) of the total ABC (Annex I-A)

“Similar contract” shall mean Firefighting Personal Protective Equipment. Any of the following documents must be submitted/attached corresponding to listed completed largest contracts per Annex I-A: (a) Copy of End User’s Acceptance; or (b) Copy of Official Receipt/s; or (c) Copy of Sales Invoice with Collection Receipt/s

3. Copy of Audited Financial Statements for 2017 and 2016 (in comparative form or

separate reports): (a) Independent Auditor’s Report; (b) Balance Sheet (Statement of Financial Position); and (c) Income Statement (Statement of Comprehensive Income).

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

4. Duly signed Net Financial Contracting Capacity (NFCC) per Annex II, in accordance

with ITB Clause 5.5.

OR

Should the bidder opt to submit a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC of the project issued by a Local Universal or Local Commercial Bank. The amount of the committed Line of Credit MUST BE MACHINE VALIDATED. (Annex II-B)

** The determination as to (i) whose Audited Financial Statement should be used / submitted; and (ii) who submits the Statement of All-Ongoing Contracts – lies with the Partners Contracting the Joint Venture since the audited Financial Statements and the Ongoing Contracts of that JV partners should be the basis for the Computation of the NFCC.

OR Submission of valid and current PHILGEPS Certificate of Registration and Membership (Platinum Registration*) together with Annex A.

*Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PhilGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility Documents are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents including:

For Local JV Partner: Audited Financial Statements for 2017 and 2016 (stamped received by the BIR or its duly accredited authorized institutions) together with the Platinum Registration

For Foreign JV Partner: Corporate Financial Statement or Annual Report for 2017 or 2016.

In case the JV Partners opt to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184. “GPPB Circular 07-2017 dated 31 July 2017”

For other required Class “A” Eligibility Documents, submission by any of the partner(s) constitutes collective compliance.

Page 27: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 27 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

(b) TECHNICAL DOCUMENTS

12.1. b (i)

Bid security must be issued in favor of the PHILIPPINE INTERNATIONAL TRADING CORPORATION (PITC) in any of the following forms:

1. Bid Securing Declaration per Annex IV;

2. Cash or Cashier’s/Manager’s Check equivalent to at least 2% of the ABC;

3. Bank Guarantee/Bank draft or Irrevocable LC equivalent to at least 2% of the ABC; OR

4. Surety bond callable upon demand equivalent to at least 5% of the ABC

Item No.

Description Quantity UNIT ABC (₱) (Vat Inclusive)

TOTAL ABC (₱) (Vat Inclusive)

Bid Security* (₱)

2% of ABC 5% of ABC

1 Firefighter’s Helmet

1,375 pcs

8,250.00 11,343,750.00 226,875.00 567,187.50

2 Firefighter’s Boots

1,303 pairs

4,950.00 6,449,850.00 128,997.00 322,492.50

3

Firefighter’s Coat and Trousers

1,450 sets

26,290.00 38,120,500.00 762,410.00 1,906,025.00

*Separate bid security per item.

Notes:

a) The Cashier’s/Manager’s Check shall be issued by a Local Universal or Commercial Bank.

b) The Bank Draft/Guarantee or Irrevocable Letter of Credit shall be issued by a Local Universal or Local Commercial Bank.

c) Should bidder opt to submit a Surety Bond as Bid Security, the surety bond must conform with the following:

Issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such bond. Together with the surety bond, a copy of a valid Certification from Insurance Commission must be submitted by the bidder which must state that the surety or insurance company is specifically authorized to issue surety bonds.

Callable upon demand

Must specify the grounds for forfeiture of bid security as stated in Section II, ITB Clause 18.5, to wit:

IF A BIDDER:

(i) withdraws its bid during the period of bid validity specified in ITB Clause Error! eference source not found.;

(ii) does not accept the correction of errors pursuant to ITB Clause 28.3(b);

(iii) has a finding against the veracity of any of the documents submitted as stated in ITB Clause 29.2; or

(iv) submission of eligibility requirements containing false information or falsified documents;

(v) submits bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of another for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid;

Page 28: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 28 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

(viii) refusal or failure to post the required performance security within the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;

(x) any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reason.

IF THE SUCCESSFUL BIDDER:

(xiii) fails to sign the contract in accordance with ITB Clause Error! Reference ource not found.; or

(xiv) fails to furnish performance security in accordance with ITB Clause Error! eference source not found.

12.1. b (ii)

Completed and signed Technical Bid Form. Bidder must use, accomplish and submit the Technical Bid Form attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet 2nd Revised Annex V-A

2 Firefighter’s Boots Revised Annex V-B

3 Firefighter’s Coats and Trousers Revised Annex V-C

12.1. b (iii)

Duly signed/conformed Technical Specification of BFP-NCR attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet 2nd Revised Annex V-A1

2 Firefighter’s Boots Revised Annex V-B1

3 Firefighter’s Coats and Trousers Revised Annex V-C1

12.1. b (iv)

Duly signed/conformed Reference Drawing of BFP-NCR attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet Annex V-A2

2 Firefighter’s Boots Annex V-B2

3 Firefighter’s Coats and Trousers Annex V-C2

Page 29: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 29 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

12.1. b (v)

Duly completed and signed Bidder’s Statement of Reference of Technical Specification attached as follows:

Item No.

Description Technical Bid Form

1 Firefighter’s Helmet Revised Annex V-A3

2 Firefighter’s Boots Annex V-B3

3 Firefighter’s Coats and Trousers Revised Annex V-C3

12.1. b (vi)

Product Brochure / Manual / Technical Data Sheet for the following:

Item No. DESCRIPTION

1 Firefighter’s Helmet

2 Firefighter’s Boots

3 Firefighter’s Coats and Trousers

Note: If not in English, must be subject to requirement per Clause 11 of the Instruction to Bidders.

12.1. b (vii)

For Manufacturer: Valid and Current Certification that the manufacturer has been in the business of manufacturing Firefighting Personal Protective Equipment sample per Annex V-D.

For Distributor / Supplier: Valid and Current of Certificate of Distributorship issued by the principal manufacturer authorizing the bidder to sell/distribute the Firefighting Personal Protective Equipment subject of this bidding.

Item No. DESCRIPTION

1 Firefighter’s Helmet

2 Firefighter’s Boots

3 Firefighter’s Coats and Trousers

If not issued by manufacturer, must also submit certification/ document linking bidder to the manufacturer.

Note: If not in English, must be subject to requirement per Clause 11 of the Instruction to Bidders.

12.1. b (viii)

Valid and current ISO 9001:2008 / ISO 9001:2015 Certification of the Manufacturer issued by an independent certifying agency. The ISO Certification must cover the manufacture/design or production of the following:

Item No. DESCRIPTION

1 Firefighter’s Helmet

2 Firefighter’s Boots

3 Firefighter’s Coats and Trousers

Note: If not in English, must be subject to requirement per Clause 11 of the Instruction to Bidders.

Page 30: Supplemental/Bid Bulletin No. 2BFP-NCR as per 2nd Revised Annex V-A1. 2) PLEASE SPECIFY BRAND AND MODEL BEING OFFERED: Bidder has no overdue deliveries or unperformed services intended

Page 30 of 30 Supplemental / Bid Bulletin No. 2

Supply and Delivery of Brand New Various Firefighting Personal Protective Equipment (PPE) for the Bureau of Fire-Protection – National Capital

Region (BFP-NCR) BID REFERENCE NO. GPG-B1-2018-069

12.1. b (ix)

List of accredited Service Centers (for each item/s) in Metro Manila indicating the address, telephone & fax numbers, email address and contact person.

In the event of closure of business, termination of distributorship for the equipment, parts and supplies, the distributor, trader/importer shall notify the BFP-NCR and PITC accordingly of the new service centers with telephone numbers and address who can provide the needed parts, supplies and services.;

12.1. b (x)

Certificate of Performance Evaluation (Annex VI) with a rating of at least Very Satisfactory, issued by the Single Largest Completed Contract Client of the bidder per Annex I-A;

12.1. b (xi)

Duly notarized Certificate of Filing or Non-Filing of Cases (Annex VII);

12.1. b (xii)

Proof of Authority of the bidder’s authorized representative/s:

a) FOR SOLE PROPRIETORSHIP (IF OWNER OPTS TO APPOINT A REPRESENTATIVE): Duly notarized Special Power of Attorney.

b) FOR CORPORATIONS, COOPERATIVE OR THE MEMBERS OF THE JOINT VENTURE: Duly notarized Secretary’s Certificate evidencing the authority of the designated representative/s.

IN THE CASE OF UNINCORPORATED JOINT VENTURE: Each member shall submit a separate Special Power of Attorney and/or Secretary’s Certificate evidencing the authority of the designated representative/s.

12.1. b (xiii)

Omnibus Sworn Statements using the form prescribed. (Annex VIII)

a) Authority of the designated representative

b) Non-inclusion in blacklist or under suspension status

c) Authenticity of Submitted Documents

d) Authority to validate Submitted Documents

e) Disclosure of Relations

f) Compliance with existing labor laws and standards

g) Bidders Responsibilities

h) Did not pay any form of consideration

ENVELOPE 2: FINANCIAL COMPONENT

13.1 (a)

Completed and signed Financial Bid Forms as follows:

Item No.

Description ANNEX

1 Firefighter’s Helmet Annex IX-A

2 Firefighter’s Boots Annex IX-B

3 Firefighter’s Coat and Trousers Annex IX-C

Bidder must not leave any blank, and must indicate zero “0” if bidder is offering it for free. The Total Financial Bid must not exceed the total ABC of the item being bid. The Total Bid must be inclusive of ALL cost for consumables and ALL OTHER REQUIREMENTS FOR THE PROJECT. The ABC is inclusive of VAT. Any proposal with a financial component exceeding the total ABC of the item being bid shall not be accepted.

Note: 1. In case of inconsistency between the Checklist of Requirements for Bidders and the provisions in the Instruction to

Bidders/Bid Data Sheet, the Instruction to Bidders/Bid Data Sheet shall prevail. 2. In order to facilitate efficiency in evaluating all the documents submitted by the prospective bidder/supplier, we encourage

all prospective bidders to put tabs in all documents to be submitted with the same number as indicated in this Eligibility, Technical and Financial Documents checklist.