9
AGR Ropublic of the Phllipplnes Department of Agrlculture ureau of Flshorles and Aquatlc Rosources BIDS AND AWARDs COMMITTEK OPPICE 2/F Flsherles Bullding Complax BPI Compound Bray, Vasru, woOsile: www.bfur.dagov.ph e-mulh [email protected] SUPPLEMENTAL BID BULLETIN 04 November 09, 2021 SUBJECT: VARIOUS FISHING BOATS (HANDLINE AND BAGNET) FOR UPGRADING AND CAPACITATING MUNICIPAL FISHERFOLKS NATIONWIDE Bid Reference No: 2021-26: SUPPLY, DELIVERY AND FABRICATION OF This Supplemental Bid Bulletin No. 04 is issued to all participating bidders to clarify, amend and/ or modity certain provisions and requirements set forth under the above-entitled procurement project: Bid Data Sheet FROM Deadline of submission and recelpt of bids Deadline of submission and receipt of bids TO November 12, 2021 (Friday). 09:30 am the 2nd Floor, BAC Secretariat Office, Fisheries Building Complex, BPI Compound, Brgy. Vasra, Q.C., and electronic November 17. 2021 (Wednesday). 09:30 am at the 20d Floor, BAC Secretariat Office, Fisheries Building Complex, BPI Compound, Brgy. Vasra, Q.C, and electronic [email protected] documents through documents through [email protected] Schedule of Bid opening Schedule of Bid opening November12.2021 (Eriday). 10:00 am via November 17.2021 (Wednesday).10:00 am Zoom Bidder's queries via Zoom Refer to Annex A. for response to bidder's queries. Checklist of Technical and Financial Documents FROM TO Technical Documents e. Statement of the prospective bidder of all (e) Statement of the prospective bidder of all its ongoing government and private its ongoing government and contracts, including contracts awarded but | contracts, including contracts awarded but not yet started, if any, whether similar or not not yet started, if any, whether similar or not similar in nature and complexity to the similar in nature and complexity to the contract to be bid private contract to be bid (Attached prescribed format) Annex B f. Statement of the bidder's Single Largest Statement of the bidder's Single Largest Completed Contract (SLCC) similar to the Completed Contract (SLCC) similar to the contract to be bid, except under conditions contract to be bid, except under conditions provided for in Sections 23.4.1.3 and provided for in Sections 23.4.1.3 and 23.4.2.4 23.4.2.4 of the 2016 revised IRR of RA No. | of the 2016 revised IRR of RA No. 9184, 9184, within the relevant period as provided within the relevant period as provided in the in the Bidding Documents Bidding Documents (Attached prescribed| format) Annex C_ Additional documents:

Bid OF AND No

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

AGR Ropublic of the Phllipplnes Department of Agrlculture

ureau of Flshorles and Aquatlc Rosources BIDS AND AWARDs COMMITTEK OPPICE

2/F Flsherles Bullding Complax BPI Compound Bray, Vasru, woOsile: www.bfur.dagov.ph e-mulh [email protected]

SUPPLEMENTAL BID BULLETIN 04 November 09, 2021

SUBJECT: VARIOUS FISHING BOATS (HANDLINE AND BAGNET) FOR UPGRADING AND CAPACITATINGMUNICIPAL FISHERFOLKS NATIONWIDE

Bid Reference No: 2021-26: SUPPLY, DELIVERY AND FABRICATION OF

This Supplemental Bid Bulletin No. 04 is issued to all participating bidders to clarify, amend and/ or modity certain provisions and requirements set forth under the above-entitled procurementproject:

Bid Data Sheet

FROM Deadline of submission and recelpt of bids Deadline of submission and receipt of bids

TO

November 12, 2021 (Friday). 09:30 am the 2nd Floor, BAC Secretariat Office, Fisheries Building Complex, BPI Compound, Brgy. Vasra, Q.C., and electronic

November 17. 2021 (Wednesday). 09:30 am at the 20d Floor, BAC Secretariat Office, FisheriesBuilding Complex, BPI Compound, Brgy. Vasra, Q.C, and electronic

[email protected] documents through documents through [email protected]

Schedule of Bid opening Schedule of Bid opening

November12.2021 (Eriday). 10:00 am via November 17.2021 (Wednesday).10:00 am Zoom Bidder's queries

via Zoom Refer to Annex A. for response to bidder's queries.

Checklist of Technical and Financial Documents

FROM TO Technical Documents

e. Statement of the prospective bidder of all (e) Statement of the prospective bidder of all its ongoing government and private its ongoing government and contracts, including contracts awarded but | contracts, including contracts awarded but not yet started, if any, whether similar or not not yet started, if any, whether similar or not

similar in nature and complexity to the similar in nature and complexity to the contract to be bid

private

contract to be bid (Attached prescribedformat) Annex B

f. Statement of the bidder's Single Largest Statement of the bidder's Single Largest Completed Contract (SLCC) similar to the Completed Contract (SLCC) similar to the contract to be bid, except under conditions contract to be bid, except under conditionsprovided for in Sections 23.4.1.3 and provided for in Sections 23.4.1.3 and 23.4.2.4

23.4.2.4 of the 2016 revised IRR of RA No. | of the 2016 revised IRR of RA No. 9184, 9184, within the relevant period as provided within the relevant period as provided in the in the Bidding Documents Bidding Documents (Attached prescribed|

format) Annex C_ Additional documents:

. Certificate of Movable Spare Parts Availability for period of 5 years (in relation to page 45)

Notarized Certification/Certificate of Undertaking shall be submitted in lieu of the

insurance (in relation to page 43)

Builder's

**nothing follows***

All other portions of the Bidding Documents affected by these amendments shall be made to conform the same.

Amendments/inclusions/clarifications made herein shall be considered an integral part of the Bidding Documents.

The changes made in the Philippine Bidding Documents (6th Edition, July 2020) are deemed

integrated in terms and conditions for this project. For further inquiries, please coordinate/cail the Bids and Awards Conmmittee Secretariat at Tel. No. 8332-4661 or [email protected]. Please be guided accordingly.

. ATTY. DEMÓSÍÁENES R. ESCOTo

Chairman, Bids and Awards Committee

Annex A. Response to Queries Reference BFAR-TWG Response

Bid Data Sheet ITB Clause 5.3 (pg 17) Lot 1 Supply, Delivery & Fabrication of Boat/Shipbuilding of steel hull boats

The shipyard must have at least 5 years’ experience in the construction & delivery of steel hull boats/vessels. Bidders must have completed a single contract that is similar to this Project, equivalent to at least Fifty percent (50%) of the ABC within Five (5) years prior to the deadline for the submission and receipt of bids.

• The Shipbuilder/ Boatbuilder must have at least 5 years’ experience in the Fabrication/ construction and delivery of Fiberglass Reinforced Plastic (FRP) or Watercrafts. Bidders must have completed a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC within five (5) years prior to the deadline for submission and receipt of bids.

ITB Clause 10.1 (pg. 17)

Aside from the regular eligibility requirements indicated, the first envelope shall also contain the following eligibility documents:

• The shipyard shall be under Class B classification in accordance with MARINA memorandum circular No. 2015-09. Likewise, the shipyard must be ISO certified, in compliance with section IV.14 of Memorandum Circular 2018-02, which requires that all MARINA registered shipyards licensed under this Circular must secure ISO 9001:2015 certification or ongoing application.

• The boat’s design-drawings, plans, and drawings shall be designed by a licensed Naval Architect, which shall be approved by MARINA.

• Seakeeping and Survivability Analysis of the proposed boat duly signed by a licensed naval architect

• List of manpower requirement (licensed and skilled) o Marine engineer

• As regards to the requests to consider Boat Builder Class A to participate, please be informed that we have reviewed said requests to consider Boat Builder, Class A as per MARINA Circular No 2015-09 which amended MARINA Circulars No. 2007 -02 and 2009-09. Per result hereof, we will consider the Boatbuilder A Classification in consonance with MARINA Circular No. 2015-09 Series of 2015 which refers to the design, construction, outfitting and launching of watercrafts with sizes up to 30 meters in length to meet the minimum requirements in addition to the participation of any interested Shipbuilders which refers to the design, construction, launching and outfitting of ALL types of ship and watercraft. The participation of more Boatbuilders and Shipbuilders are encouraged to insure fair and transparent competitive bidding.

• We reiterate the submission of the plans and drawing duly signed by a Licensed Naval Architect during the bid opening. While submission of MARINA approved plans and drawings and Seakeeping and survivability analysis shall follow after 15 days of bid submission.

• The assignment or hiring of at least one Marine Engineer on call basis during the project is also required considering the number of boats (33 units) to be fabricated and installed with equipment and machineries. In addition to the minimum manpower requirements for the boat builder/ shipbuilder based on MARINA Circular Nos 2015-02 and 2018-02 respectively, Bidders are also required to submit their respective actual boatyard/ shipyard manpower complement.

• We have noted the concern on requesting for the removal of the additional eligibility

documents aside from the regular eligibility requirements. Please be informed that we cannot grant the request considering that the supply, fabrication and delivery of the 62-footer fiberglass handline and bagnet boats needs to comply with those requirements

which are mandatory needed in the fabrication of the specific type of boats. Said requirements are also included in Section V. Special Conditions of the Contract under Delivery and Documents.

This project is highly technical in nature and is not a simple procurement of goods as you mentioned in Section 23.1 and Section 24.1 on the 2016 IRR of RA 9184 as streamlined in 2020 IRR.

• ISO 9001:2015 requirement- DELETE 5. Materials and Workforce (page 43) All materials and equipment installed on board or delivered with the vessel must be new and in accordance with the best quality and makes and models of recognized prestige. The entire workforce shall be accredited by MARINA, and any deficiency in the project, materials, or workforce should be rectified upon request of the BFAR.

The boat builder will select all the materials and work methods of the highest quality and appropriate for the projected service, taking into account the convenience for replacement and repairs in accordance with good boat building practices.

• Participating Boatbuilders/Shipbuilders must be MARINA registered with adequate facilities/spaces for the construction of the 33 units 62-footer fiberglass fishing boats.

Sec. VI Schedule of Requirements (page 29)

Item No.

Description Qty Total Delivered Weeks/Months

1 Supply, delivery, and fabrication of various fishing boats...

1LOT 1LOT Within SIX (6) MONTHS upon receipt of the NOTICE TO PROCEED

• As regards to the Projects Delivery Schedule and in view of the Project’s timetable and

commitment, we can only allow maximum of 12 months from the issuance Notice to Proceed. BFAR has already considered the logistics effects and challenging period brought by the pandemic.

• Total project implementation is 12 months subject to the following delivery schedules:

Schedule of Deliveries Month

1 2 3 4 5 6 7 8 9 10 11 12

1st Delivery

Handline 4

BagNet 6

2nd Delivery (Handline) 10

3rd Delivery (Handline) 13

Technical Specifications/ Terms of Reference Paint Works (High Performance International Paint) (page 36)

• On the proposed replacement with marine epoxy, please submit the specifications of

the high-quality marine epoxy paint for evaluation and consideration (attach brochure).

• Sampling will be conducted during post-qualification or sample works to be provided using marine epoxy paint.

Main Machinery Underwater machineries, Steering & Engine Control (page 36) Supply & installation of main engine (1 unit) – 170 BHP with gearbox

• On the clarification of the type of engine propulsion, minimum requirement is BRAND

NEW MARINE ENGINE of 170 BHP with marine gearbox (attach brochure).

VIII. Technical Guarantee Page 42

A minimum speed of 8 knots for one (1) year of technical guarantee will be fixed, beginning from the date of the acceptance/delivery of the boats.

• On the minimum propulsion speed and warranty, 8 knots are for one year warranty

which will be based on workmanship guarantee upon acceptance and delivery of the boats.

Information on Service Support (page 43)

b. The vessel will be insured by the boat builder for the duration of the works, including trials. In addition, the boat builder must provide certification indicating that the boat builder is responsible for the repair or replacement of any untoward incidence.

• On the request to replace cost for insurance with builder’s certification, that boats/

vessels safety are their responsibilities from construction to its completion and delivery stage, hence, Notarized Builder’s Certification/Certificate of Undertaking shall be submitted in lieu of the insurance.

Place of delivery

• On the suggestion that delivery location, be at BFAR Facility or at the Shipbuilders Facilities since ABC will not be enough to cover nationwide delivery. In view of the situation, delivery location shall be at the Shipbuilders’/Boatbuilders’ facilities or at the nearest port from the Shipbuilders’/Boatbuilders’ facilities, at the option of BFAR.

Other deliverables: Page 36 Supply and installation of echo sounder Supply and installation of generator set (1 unit) 15 KVA

• Sounders are essentially needed in fishing operations hence; this must be considered.

As per original technical specifications, the Genset requirements are 5 KVA for 27units Handline Boats and 15KVA for the 6 units Bagnet Boats.

Page 35 The boat’s design-drawings, plans, and drawings shall be designed by a licensed Naval Architect, which shall be approved by MARINA

• Usually, any fees paid in the approval of plans, drawings etc. imposed by MARINA are charged to the participating Shipbuilder or Boat Builder

Page 45

b. Spare Parts

The boatbuilder shall submit a certification of the availability of movable spare parts for a period of 5 years.

• To ensure the continuous operation of the various equipment and machineries on board the fishing boats, the Certification of Movable Spare Parts Availability for period of 5 years must be provided by the Builder.

Page 44

a. Project Management and Training

• Project Management and Training. Shipbuilders/Boatbuilders shall provide FREE factory hands-on training to BFAR Technical and Management Personnel and boat

The boat builders/ Shipyard shall provide free factory training to qualified BFAR technical and management personnel, who are directly involved in vessel operations, maintenance servicing, planning, and implementation of programs for various marine vessel systems.

The specialized courses shall provide in-depth working knowledge and skills required to operate, troubleshoot and maintain all the equipment installed on-board, special test equipment, and ancillary equipment as applicable, in order to have a full understanding of how they function as one integrated ship system.

Selected technician in the engineering and deck department shall be given first and second level of maintenance training, particularly in the main and auxiliary engines, reduction gear, and navigation and communications equipment. The course shall also cover training on the conduct of minor hull repair and damage control, while in operation or at the dry dock.

The training shall be performance-oriented and task-related. No less than 80% of the training course shall be devoted to hands-on exercises with the remaining 20% on the theoretical aspects.

beneficiaries who are directly involved in the fishing boats and equipment operations, repair, servicing, and maintenance as stipulated in the project’s Terms of Reference.

Page 44

c. Tools

Standard tools for the repair and maintenance of machinery/equipment should be provided in accordance with the manufacture’s standards.

• Basic tools for the propulsion and auxiliary machinery must be provided.

Page 42

Warranty

The boatbuilder should provide at least one (1) year warranty for all equipment supplied. It should commence at the time equipment has been delivered/tested and shall include parts and labor.

For the equipment and machinery supplied, the boatbuilder shall provide at least 1-year warranty and shall commence at the time the equipment has been tested onboard.

For the handlines and bagnets fiberglass hull, the boatbuilder shall provide at least a 1-year warranty and shall commence at the time of acceptance and delivery.

• Shipbuilder/ Boatbuilder shall provide one year warranty of the fishing boats, including all the equipment and machineries on board.

Page 47

10. TERMS OF PAYMENT

The terms of payment will be in accordance with the conditions stipulated in the bid documents/contract.

• Terms of payment of the project shall follow the standard payment procedures stated in RA 9184 and can be discussed during the crafting of the Contract.

No. of lots • There is only one Project Lot. Hence, interested bidders are obliged to participate in the Supply, Fabrication, and Delivery of Handline and Bagnet Fishing Boats.

Statement of All Ongoing Government & Private Contracts including contracts awarded but not yet started Business Name : ______________________________________________________________ Business Address : ______________________________________________________________

a. Name of Contract and b. Contract Cost

a. Owner’s Name b. Address c. Telephone Nos.

Nature of Work

Bidder’s Role a. Date Awarded b. Date Started c. Date of Completion

% of Accomplishment

Value of Outstanding Works/Undelivered Portion Description % Planned Actual

Government

Private

*Continue in separate sheet if necessary

Total Cost

Note: (In case of no ongoing contract, the bidder shall submit this duly signed form and indicate “No ongoing contracts” or “None” or “Not Applicable (N/A)” under the Column for Name of Contract and Project Cost (first column from left) This statement shall be supported with: For Government Contract: 1. Notice of award and/or Contract Agreement and/or Notice to Proceed

For Private:

2. Job order or Purchase Order or any corresponding documents reflecting the Project name and project cost.

Submitted by : ____________________________________________________________ (Printed Name and Signature of Authorized Representative Designation : ____________________________________________________________ Date : ____________________________________________________________

Statement Identifying the Single Largest Completed Contract

Business Name : ______________________________________________________________ Business Address : ______________________________________________________________

c. Name of Contract and Contract Cost

3. Owner’s Name 4. Address 5. Telephone Nos.

Nature of Work / Kind of Goods

Bidder’s Role

d. Amount at Award Amount at Completion

a. Date Awarded b. Contract Effectivity c. Date Completed Description %

Government Private

Note: This statement shall be supported with: For Government Contract: 1. Notice of award (NOA) and/or Contract Agreement and/or Notice to Proceed (NTP) 2. Certificate of Completion of Delivery (CCDs) issued by the Owner or Certificate of Final Acceptance (CFAs) or duly signed Delivery Receipt (DRs) or Official receipt or Sales Invoice or duly accomplished Inspection and Acceptance Reports

For Private:

1. Job order or Purchase Order or Purchase Request 2. Certificate of Completion of Delivery (CCDs) issued by the Owner or Certificate of Final Acceptance (CFAs) or duly signed Delivery Receipt (DRs) or Official receipt or Sales Invoice

Submitted by : ____________________________________________________________ (Printed Name and Signature of Authorized Representative) Designation : ____________________________________________________________ Date : ____________________________________________________________