QN 2013-0157-OCT

Republic of the Philippines

OFFICE OF THE OMBUDSMAN

OmbudsmanBuilding, Agham Road, North Triangle, Diliman, Quezon City

Trunkline: 479-73-00 local 206; TeleFax #: 929-37-59

Email: ;

Website:

SUPPLEMENTAL/BID BULLETIN NO. 2 (SBB#2)

For the Negotiated Procurement of the Supply and Delivery of 1 Unit Brand New Armored Sport Utility Vehicle (SUV) Resistant Against Ammunition of High-Powered Handguns and Rifles for the Office of the Ombudsman

October 24, 2013

AMENDMENTS TO THE BIDDING DOCUMENTS AND

SCHEDULE OF ACTIVITIES

As discussed during the Negotiated Conference held on October 23, 2013, the Bids and Awards Committee hereby issues the following amendments:

  1. Please note the amendments/additions in the Amended Ombudsman Bid Form No. 1- Technical Proposals (SBB#1) and Invitation to Bidwhich are underscored and highlighted as follows:

Documents / Previous Specification: / Be modified to
Amended Ombudsman Bid Form No. I – (SBB#1)
D.8.- Other Requirement/
Terms / Period of delivery is thirty (30) calendar days from receipt by the supplier of the Notice to Proceed. / Period of delivery is ninety (90) calendar daysfrom receipt by the supplier of the Notice to Proceed.
Invitation to Bid- Schedule of submission of technical documents and other documentary requirements. / The deadline of submission of all documentary requirements and Amended Ombudsman Bid Form No. 1-Technical Proposal will be on October 25, 2013, 2:00 p.m.
Invitation to Bid- Schedule of Opening of Sealed Canvass / The deadline of submission of Ombudsman Bid Form No. 2-Financial Proposals by the shortlisted bidder/s will be on November 6, 2013, 10:00 a.m.

2. The prospective bidders of known qualifications are hereby invited and requested to submitList of Clientsin additionto thedocumentary requirements listed in Invitation to Bid, such as :

  1. SEC/DTI Registration;
  2. Valid & Current Mayor’s Permit / Municipal License – CY 2013;
  3. Valid Tax Clearance per Executive Order 398, Series of 2005;
  4. Certificate of PhilGEPS Registration;
  5. Company Profile with Statement of Income for the previous year; and,
  6. A subscribed Certification to be executed by the Proprietor or President, in case of a Corporation, that the armored car is reliable and compliant with the international standard (CEN and NIJ).
  7. List of Clients.

3. All Bidders are reminded to use the attached Amended Ombudsman Bid Form No. 1 (Technical Proposals), in lieu of the bid form previously issued.

The deadline for submission of theTechnical Proposals and the List of Clients, and/or all other documentary requirements shall be on 25 October 2013, 2:00 p.m.at BAC Secretariat’s Office located at 2nd Floor, Ombudsman Building, Agham Road, Quezon City.

Shortlisted Bidder/s shall be notified upon completion of the evaluation and validation of the submitted documents, and will be required to submit their Financial Proposal (Ombudsman Bid Form No. 2), indicating their best and final offer with respect to all aspects of their proposals not later than 6 November 2013at exactly10:00 a.m.

For further inquiries, you may coordinate with the Bids and Awards Committee Secretariat at Tel. Nos. 929-35-59 or 479-7300 loc. 206.

Please be guided accordingly.

EVELYN A. BALITON

Assistant Ombudsman, PACPO

Chairperson, Bids and Awards Committee

Attachments: Amended Ombudsman Bid Form No. 1 (Technical Proposals).

EAB/jsv

AMENDED OMBUDSMAN BID FORM NO. 1 – TECHNICAL PROPOSAL

HON. EVELYN A. BALITON

Chairman, Bids and Awards Committee

Office of the Ombudsman

Agham Road, North Triangle

Diliman, Quezon City

M a d a m :

Herewith is our TECHNICAL PROPOSAL for your office requirement:

(INSTRUCTION TO BIDDER: Check the “Comply” box if bidder complies with the Ombudsman Specifications. A Technical Proposal containing unchecked “Comply” boxes would be automatically rated as “FAILED.”)

UNIT / QTY / OMBUDSMAN SPECIFICATIONS / BIDDER’S SPECIFICATIONS
1 LOT / 1 / BRAND NEW ARMORED SPORT UTILITY VEHICLE (SUV) RESISTANT AGAINST HIGH POWERED HANDGUNS AND RIFLES WITH THE FOLLOWING SPECIFICATIONS: / COMPLY
  1. VEHICLE SPECIFICATIONS
Brand new Sport Utility Vehicle (SUV) / COMPLY
Not lower than 4.5 liters, V8 Turbo Diesel Engine / COMPLY
At least 260 Horse Power / COMPLY
Automatic Transmission, / COMPLY
  1. LEVEL OF ARMORING AND OTHER SPECIFICATIONS
CEN B6/ NIJ III or higher / COMPLY
Five (5) side armoring of passenger compartment (roof and verticals) to provide protection against 7.62 x 51mm ammunition. / COMPLY
Armoring includes the kick panel, front fenders, rear wheels, firewall, door pillars and posts / COMPLY
Floor of the vehicle is fitted with a blast protection to secure/protect passengers against fragmentation from detonation of 2DM-51 German ordnance hand grenade or equivalent / COMPLY
Vehicle armor plates are stitch-welded with high-intensity MIG welding / COMPLY
Door/window openings are over-lapped to provide protection against strong impact of its doors/windows / COMPLY
Overlapping armor plates at all doors to prevent penetration of slug through door posts and pillars / COMPLY
Door pillars are reinforced to withstand the additional weight of the armored doors / COMPLY
Heavy duty door hinges / COMPLY
Glass thickness 39mm or higher consistent with level CEN B6/NIJ III / COMPLY
Anti-spall protection against the shattering glass / COMPLY
Multiple Impact Protection / COMPLY
Finest optical quality, minimal distortion / COMPLY
No de-lamination / COMPLY
No discoloration from UV rays / COMPLY
Run flat device fitted in vehicle tires / COMPLY
Fuel tank is protected with level B6/NIJ III armoring materials against explosive device and projectiles detonated under the vehicle / COMPLY
Reinforced Suspension System to withstand the additional weight of the armoring materials and with corresponding modified brake system. / COMPLY
The supplier shall utilize light armoring materials and state-of- the-art bullet-resistant synthetics to minimize the weight of the armored vehicle to ensure that its speed and mobility will not be compromised / COMPLY
C. DETAILS OF BALLISTIC PROTECTION LEVEL
The armored vehicle must be resistant against bullets of the following firearms in accordance with required level of armoring indicated above: / COMPLY
Rifles with 7.62 x 51 mm or 63 mm M80 NATO ball / COMPLY
 AK47 7.62 x 39 mm M 1943; / COMPLY
Sub Machine Gun 9 x 19 mm; / COMPLY
Tokarev 7.62 x 25 mm; / COMPLY
Carbine 7.62 x 33 mm; / COMPLY
Armalite 5.56 x 45 mm (.223) ; / COMPLY
Hand Gun 44 Magnum; and / COMPLY
Other firearms using ammunition with similar diameter and equivalent velocity. / COMPLY

D.OTHER REQUIREMENTS:

1. Testing of materials and demonstration of the vehicle before acceptance

/ COMPLY

2. The supplier shall submit a subscribed certification to be executed by the proprietor or president in case of the corporation that the armored car is reliable and compliant with the international standard (CEN and NIJ);

/ COMPLY

3. The vehicle must be brand new and the supplier shall submit a copy of the sales invoice or official receipt of the same.

/ COMPLY

4. The vehicle mileage based on its odometer shall not exceed sixty (60) kilometers;

/ COMPLY

5. Period of delivery is NINETY (90) calendar days from receipt by the supplier of the Notice to Proceed;

/ COMPLY

6. The bid must be valid for one hundred twenty (120) calendar days from the opening of bids.

/ COMPLY

7. Payment of the contract price shall be after the acceptance of the vehicle by the authorized representative of the procuring entity and subject to withholding tax.

/ COMPLY

8. The Supplier shall provide three (3) years LTO Registration, processing and payment of fees, including insurance premium (1st year insurance only)necessary for the registration of the vehicle inthe name of the procuring entity shall be for the exclusive account of the supplier.

/ COMPLY

9. The supplier shall provide a manual containing written instructions for the effective use and maintenance of the vehicle.

/ COMPLY

10. Certification that the materials used during testing are the same as that installed in the vehicle to be delivered to the Procuring Entity.

/ COMPLY
11. AFTER-SALES SUPPORT & SERVICES / COMPLY
a) After-sales and maintenance service on-call will be provided for two (2) years free of charge. / COMPLY
b) Availability of Service Center. / COMPLY
c) Certificate of availability of parts in the market by the distributor. / COMPLY
d) Response time for technical support and services within twenty-four (24) hours after the report. / COMPLY
12 . WARRANTY / COMPLY
a) One (1) year warranty on both the materials and workmanship after acceptance of delivered items by the Procuring Entity. / COMPLY
b) Provision of Supplier’s Warranty Certification. / COMPLY
13. Comply with the terms and conditions of the
Confidentiality Agreement / COMPLY
14. Comply with all the terms and conditions of the
Contract. / COMPLY
Very truly yours,
______

Signature Over Printed Name

Position

Company

______

Telephone Number/s

Date

1 | Page