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.
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-
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
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
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
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)
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
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
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,
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.
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.
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.
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
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
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
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
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
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,
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
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
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).
Top Related