Вы находитесь на странице: 1из 132

THE GOVERNMENT OF

THE HONG KONG SPECIAL ADMINISTRATIVE REGION

Government Logistics Department


TENDER FOR THE SUPPLY OF GOODS

Tender Ref. :

TENDER FORM

AD200612015

Contract No. :

LODGING OF TENDER
To be acceptable as a tender, this form, properly completed in triplicate and enclosed in a sealed plain envelope marked Tender for

the Supply of Crowd Management Vehicles to the Electrical and Mechanical Services Trading
Fund

and addressed to the Chairman,


must be deposited in the

Tender Opening Committee

Government Logistics Department Tender Box situated on Ground Floor,

TenderRoad,
Box situated
onPoint, Hong Kong
North Point Government Offices, 333 Java
North
before

12:00 noon

26th February 2016

on

(Hong Kong time).

Late tenders will not be accepted.

INTERPRETATION
PART 1 TERMS OF TENDER
PART 2 GENERAL CONDITIONS OF CONTRACT
Details on Interpretation, Terms of Tender and General Conditions of Contract used for tendering for the supply of goods to the Government of
the Hong Kong Special Administrative Region are contained in the Standard Tender Terms and General Conditions of Contract which are
available for viewing and downloading from the following website:


https://www.gldpcms.gov.hk/etb_prod/jsp_public/sm/ssm00105.jsp

Copies of the Standard Tender Terms and General Conditions of Contract can also be obtained from the following:
Procurement Division, Government Logistics Department
9/F, North Point Government Offices
333 Java Road, North Point, Hong Kong
(Internet Homepage-http://www.gld.gov.hk)

PART 3 SPECIAL CONDITIONS OF CONTRACT


Attached to this Tender Form (if any).

PART 3A TECHNICAL SPECIFICATIONS


Attached to this Tender Form (if any).

Dated this

31st

day of

December

20 15

Miss Annie CHEUNG


Government Representative

G.F. 230 (Rev.12/14)

PART 4 OFFER TO BE BOUND


1.

Having read the Tender Document, I/we agree to be bound by the terms and conditions as stipulated therein.

2. I/We do hereby agree to supply any or all of the Goods, during the Contract Period at the prices quoted by me/us in the Price Schedule
free of all other charges, subject to and in accordance with the terms and conditions of the Tender Document.
3.
(a)
(b)

4.

I/We also certify that the particulars given by me/us below, are correct:

Business Registration Certificate


(No. ............................................................................................................................................ )
which expires on ............................................................................................................................................................................................
Employees Compensation Insurance Policy
(No. ........................................................................................................................ )
which expires on ............................................................................................................................................................................................
Name of Insurance Company .......................................................................................................................................................................................
I am/We are duly authorised to bind the company hereinafter mentioned by my/our signature(s).
or
I am a partner/We are partners in the firm hereinafter mentioned and duly authorised to bind the said firm and the partners therein by
my/our signature(s).

5. The name of the company/firm is ....................................................................................................................................................................


..............................................................................................................................................................................................................................
6.

The registered office of the company is situated at


................................................................................................................................
..............................................................................................................................................................................................................................
or
The names and residential addresses of the partners of the firm are as follows :
................................................................................................................................................................................................................................
................................................................................................................................................................................................................................

7. Name(s), post(s)/title(s) and address(es) of person(s) signing :


................................................................................................................................................................................................................................
................................................................................................................................................................................................................................
Authorised
Signature(s) :

Dated this
Notes :

......................................................................................................
......................................................................................................
................................
day of ....................................................... 20 ...............
(i)
(ii)

All the particulars required above must be provided.


Strike out clearly alternatives which are not applicable.

PART 5
MEMORANDUM OF ACCEPTANCE
On behalf of the Government of the Hong Kong Special Administrative Region,
I ................................................................................................................................................................................................................................
(name and position of officer)
accept your Tender for the Contract relating to the following item(s). A copy of each document constituting the Contract is hereby attached for
identification purposes.
....................................................................................................................................................................................................................................
....................................................................................................................................................................................................................................
....................................................................................................................................................................................................................................
....................................................................................................................................................................................................................................
....................................................................................................................................................................................................................................
Dated this

................................
day of ....................................................... 20 ...............

Signed by the said .......................................................................


.......................................................................................................
.......................................................................................................

G.F. 230 (Rev.12/14)

in the presence of : ....................................................................


.....................................................................................................
.....................................................................................................

AD200612015

....................................



( )


1
2

https://www.gldpcms.gov.hk/etb_prod/jsp_public/sm/ssm00105.jsp?ACTION=SWITCH_TO_TRADITIONAL_CHINESE

9
333
h t t p : / / w w w. g l d . g o v. h k


G.F. 230 (Rev.12/14)

2.

3.
(a )
( ....................................................................................................)
..............................................................................................................................
(b )
( ....................................................................................................)
..............................................................................................................................
..............................................................................................................................
4.

5.
.......................................................................................................................
1.

................................................................................................................................................................

6.

............................................................................................................
................................................................................................................................................................

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

................................................................................................................................................................
................................................................................................................................................................

7.

................................................................................................................................................................
................................................................................................................................................................

........................................................................
.......................................................................

......... ............ .............


(i)
(ii)

...................................................................................................................................................

................................................................................................................................................................
................................................................................................................................................................
................................................................................................................................................................
................................................................................................................................................................

..............

...................

...................

........................................................................
........................................................................
........................................................................

.......................................................................
.......................................................................
........................................................................

G.F. 230 (Rev.12/14)

Tender Ref.: AD200612015

Supplement to the Interpretation Section of the Standard Terms and Conditions


(GLD-TERMS-1 (December 2015))
(a)

In addition to the terms defined in the Interpretation Section of the Standard Terms
and Conditions under GLD-TERMS-1 (December 2015), the following terms are
applicable to this Invitation to Tender and the Contract:

Acceptance Note

has the meaning given to it in Clause 8(a) of the Special


Conditions of Contract;

Approved Checklist

has the meaning given to it in Clause 5(b) of the Special


Conditions of Contract;

Approved Timetable

has the meaning given to it in Clause 2(d) of the Special


Conditions of Contract;

Availability

means the availability of a Vehicle which is calculated in


accordance with the formula set out in Clause 16(a) of the
Special Conditions of Contract;

Body Builder

refers to the firm/supplier which may or may not be the


Contractor itself and which is responsible for the overall design
and construction of the Vehicles as specified in Schedule E
(Body Construction);

Contract Date

means the date of the Tender Acceptance issued by the


Government in accordance with Paragraph 26 Acceptance of
the Terms of Tender (GLD-TERMS-1 (December 2015));

Contract Price

has the meaning given to the term in Schedule A (Price


Schedule);

Deadline Delivery
Date

has the meaning given to it in Clause 2(a) of the Special


Conditions of Contract;

Defective Vehicle(s)

has the meaning given to it in Clause 8(b) of the Special


Conditions of Contract;

Delayed Vehicle

has the meaning given to it in Clause 17(a) of the Special


Conditions of Contract;

desirable features

means those features identified as such in the Technical


Specifications;

EMSD

means the Electrical and Mechanical Services Department of the


Government;

Supplement to the Interpretation

Page 1 of 4

Tender Ref.: AD200612015


essential
requirements

means requirements specified as such in the Tender Document


as well as mandatory features;

Factory Acceptance
Tests or FAT

means the factory acceptance tests to be conducted by the


Contractor in accordance with Clause 4 of the Special
Conditions of Contract and other applicable provisions of the
Contract;

FAT Report

has the meaning given to it in Clause 4(e) of the Special


Conditions of Contract;

FAT Test Plan

has the meaning given to it in Clause 4(c) of the Special


Conditions of Contract;

Fixed Price Period

means the period commencing from (and including) the


Contract Date and expiring 36 months after the date of the last
Acceptance Note so issued by the Government;

HKPF

means the Hong Kong Police Force of the Government;

Item

means any of the items specified in Schedule A (Price


Schedule); and Item 1 means a Vehicle; and Item 2 means
the Optional Items; which meet the description as set out in
Schedule A (Price Schedule) for that item;

local agent

means a local agent as specified in Part 2 of Schedule D (Details


of Local Support) or such other agent which replaces such local
agent with the prior written approval of the Government;

mandatory features

means those features identified as such in the Technical


Specifications;

Optional Items

means those items under Item 2 specified in Schedule A (Price


Schedule);

party

means a party to this Contract;

Pre-delivery
Inspection or PDI

means the pre-delivery inspection to be conducted by the


Contractor within Hong Kong in accordance with Clause 5 of
the Special Conditions of Contract and other applicable
provisions of the Contract;

Ready to Use

means a Vehicle which has successfully passed the FAT, the


Pre-delivery Inspection, and Site Acceptance Tests, and
complies with all mandatory features and where applicable
desirable features stated in the Technical Specifications, FAT
Test Plan and Approved Checklist;

Supplement to the Interpretation

Page 2 of 4

Tender Ref.: AD200612015


Serviceable Life

has the meaning given to it in Clause 14(a)(i) of the Special


Conditions of Contract;

Site

refers to the EMSD Workshop within Sai Tso Wan Vehicle


Pound located at Sin Fat Road, Cha Kwo Ling, Kowloon or any
other site as EMSD may notify;

Site Acceptance
Tests

means the site acceptance tests to be conducted by the


Contractor in accordance with Clause 6 of the Special
Conditions of Contract and other applicable provisions of the
Contract;

Spare Part Supply


Period

means a period commencing from the date of the first


Acceptance Note and expiring not less than nine (9) years after
the date of the last Acceptance Note issued by the Government
under the Contract;

Spare Parts

has the meaning given to it in Clause 10(a) of the Special


Conditions of Contract;

Technical Service

means under 2007/46/EC an organisation or a body designated


by the approval authority of a member state of European Union
as a testing laboratory to carry out tests, or as a conformity
assessment body to carry out the initial assessment and other
tests or inspections, on behalf of the approval authority, it being
possible for the approval authority itself to carry out those
functions.

Technical
Specifications

means before the award of the Contract, the document identified


as such in the Tender Document; and after the award of the
Contract, the Technical Specifications as submitted by the
Contractor then as part of its Tender comprising all mandatory
features and those desirable features which the Contractor has
indicated compliance;

Tender Closing Date

means the date of the Tender Closing Time as the same may be
extended from time to time by the Government or otherwise in
accordance with the provisions of the Tender Document;

Total Quotation

has the meaning given to it in Paragraph 4(a) of the Terms of


Tender (Supplement);

Vehicle

means a crowd management vehicle to be supplied by the


Contractor under this Contract as the context may require or
permit;

Vehicle Price

means the price for one unit of a Vehicle specified in


Schedule A (Price Schedule); and

Supplement to the Interpretation

Page 3 of 4

Tender Ref.: AD200612015


Warranties

has the meaning given to the term in Clause 2.2 of the General
Conditions of Contract (GLD-TERMS-1 (December 2015)) and
include the warranties specified in Clause 14(a) of the Special
Conditions of Contract;

Warranty Period

means in relation to a Vehicle, a period of 36 months


commencing after the date of the Acceptance Note for that
Vehicle, or such longer period as the Contractor may have
committed in Part 3 of Schedule C (Product Information) for all
parts of such Vehicle, subject to any further extension pursuant
to Clause 16 of the Special Conditions of Contract; and

Workshop or
workshop

means the workshop specified in Part 1 of Schedule D (Details


of Local Support) or such other replacement workshop
designated by the Contractor with the prior written approval of
the Government.

(b)

For the purpose of this Invitation to Tender and the Contract,


(i) the term Goods as defined in the Interpretation Section of the Standard Terms
and Conditions (GLD-TERMS-1 (December 2015)) shall refer to the Vehicle
and/or Optional Items and/or the Spare Parts; and
(ii) the terms mandatory requirement and mandatory requirements in the Terms
of Tender of the Standard Terms and Conditions (GLD-TERMS-1 (December
2015)) shall be read as essential requirement and essential requirements
respectively,
as the context may require or permit.

(c)

All time stipulations set out in the Tender Document or Contract shall be determined
with reference to Hong Kong time.

(d)

The Government may change the Government Representative and/or its post title
from time to time as it thinks fit without prior notice to the Contractor.

Supplement to the Interpretation

Page 4 of 4

Tender Ref.: AD200612015

The Government of the Hong Kong Special Administrative Region


Supply of Crowd Management Vehicles
to the Electrical and Mechanical Services Trading Fund
Notes for Tenderers

1.

Tender Document
This Tender Document, identified as AD200612015, comprises the Interpretation
Section, the Terms of Tender and the General Conditions of Contract (GLD-TERMS-1
(December 2015)) and the following documents:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)

the Tender Form (G.F. 230 Parts 1 to 5);


the Supplement to the Interpretation Section;
the Notes for Tenderers;
the Terms of Tender (Supplement);
Appendix;
the Special Conditions of Contract;
the Technical Specifications and their Attachments I to III;
the Schedules
- Schedule A (Price Schedule);
- Schedule B (Payment Terms);
- Schedule C (Product Information);
- Schedule D (Details of Local Support );
- Schedule E (Body Construction);
- Schedule F (Information Schedule);
- Schedule G (Price Terms for the Supply of Spare Parts);
(i) Annex C (Form of Bankers Guarantee);
(j) Annex D (Form of Warranty Agreement); and
(k) Annex E (Reply Slip)
(collectively, the Tender Document).

2.

Tenderers Enquiries
(a) Subject to Paragraph 2(b) below, any enquiries from a prospective Tenderer
concerning the tender terms other than the Technical Specifications or user
requirements of the Tender Document up to the date of the Tenderer lodging its
Tender with the Government shall be made in writing to the Director of Government
Logistics (Attn.: Senior Supplies Officer (A)) in one of the following ways:
(i)

through the e-Tender Box of GLD at the website http://www.gldetb.gov.hk, if


the prospective Tenderer has an account under the Procurement and Contract
Management System of GLD;

Notes for Tenderers

Page 1 of 3

Tender Ref.: AD200612015

(ii) by facsimile on number (852) 2116 0102; or


(iii) by mail to GLD, 9/F., North Point Government Offices, 333 Java Road, North
Point, Hong Kong.
(b) Any enquiries from a prospective Tenderer relating to the Technical Specifications,
or any of the user requirements as stated in the terms and conditions of the Tender
Document, up to the date of the Tenderer lodging its Tender with the Government
shall be made in writing to (and with a copy thereof sent to GLD as set out in
Paragraph 2(a) above):
Director of Electrical and Mechanical Services,
Electrical and Mechanical Services Department
(Attn.: Electrical and Mechanical Engineer / Vehicle Technical Services 1)
6/F., 3 Kai Shing Street
Kowloon Bay,
Kowloon, Hong Kong
Facsimile: (852) 2355 7126
(c) After lodging a Tender with the Government, a Tenderer shall not attempt to
initiate any further contact, whether direct or indirect, with the Government on its
Tender or the Tender Document. The Government shall have the sole right to
initiate any such further contact and all such contacts and any replies of the
Tenderer thereof shall be in writing or formally documented in writing.

3.

Tender Briefing Session


(a) A tender briefing session will be held at 1500 hours on 19 January 2016 at Room
925, 9/F., North Point Government Offices, 333 Java Road, North Point, Hong
Kong. Although attendance at the tender briefing session is not compulsory,
prospective Tenderers are encouraged to participate. A prospective Tenderer who
wishes to attend the briefing session is requested to complete the reply slip at
Annex E and fax it to the Director of Government Logistics (Attn.: Senior Supplies
Officer (A)) on number (852) 2116 0102 on or before 1200 hours on 15 January
2016. For planning purposes, the number of representatives of each
prospective Tenderer is limited to two (2). If any prospective Tenderer
wishes to bring along additional representatives, it should provide the
information in the reply slip.
(b) Questions for clarification at the tender briefing session may be submitted in
writing to the Director of Electrical and Mechanical Services (Attn.: Electrical and
Mechanical Engineer/ Vehicle Technical Services 1) by fax on number (852) 2355
7126 on or before 1200 hours on 15 January 2016.

Notes for Tenderers

Page 2 of 3

Tender Ref.: AD200612015

(c) In case Tropical Cyclone Warning Signal No. 8 or above is hoisted or Black
Rainstorm Warning Signal is in force for any duration at or after 0900 hours on
19 January 2016, the tender briefing session scheduled for that day will be
cancelled and the Government will notify prospective Tenderers who have
submitted the reply slip of the arrangements for the rescheduled tender briefing
session.

Notes for Tenderers

Page 3 of 3

Tender Ref.: AD200612015

The Government of the Hong Kong Special Administrative Region


Supply of Crowd Management Vehicles
to the Electrical and Mechanical Services Trading Fund
Terms of Tender (Supplement)

1.

Subject of Tender Invitation


The Goods to be procured under this Invitation to Tender are three (3) units of crowd
management vehicles as more particularly described in the Technical Specifications.

2.

Tender Preparation and Submission


Pursuant to Paragraph 3.3 of the Terms of Tender (GLD-TERMS-1 (December 2015)), the
Tenderer is required to complete:
(a) Schedule A (Price Schedule) with the item(s) fully priced, costed and totalled;
(b) the other Schedules with all the information required respectively therein;
(c) the statement of compliance by indicating compliance or otherwise with the
requirements on each page of the Technical Specifications; and
(d) the Attachments I and II to the Technical Specifications containing all information,
drawings and plans required in the Tender Document.
The requisite information/supporting documents to be submitted by the Tenderer in
its Tender are more particularly specified in Paragraph 20 of the Terms of Tender
(Supplement).

3.

Contact Information
(a) Pursuant to Paragraph 7 of the Terms of Tender (GLD-TERMS-1 (December 2015)),
the Tenderer shall provide the details relating to itself in Part 1 of Schedule F
(Information Schedule).
(b) Pursuant to Paragraph 22 of the Terms of Tender (GLD-TERMS-1 (December 2015)),
the Tenderer shall provide its contact details in the Appendix of the Terms of Tender
(GLD-TERMS-1 (December 2015)), a copy of which is attached to the Terms of
Tender (Supplement).

Terms of Tender (Supplement)

Page 1 of 16

Tender Ref.: AD200612015

4.

Quotation
(a) The Tenderer shall quote, and any quotation submitted shall be deemed to be, an allinclusive unit price for a Vehicle and the total price for three (3) units of the Vehicle
(Total Quotation or Estimated Contract Price). The Total Quotation specified in
Schedule A (Price Schedule) shall be deemed to be the total price payable for all of the
following items and services to be provided and performed by the Contractor:
(i)

three (3) units of the Vehicle in Ready to Use condition and in full compliance
with all mandatory features applicable to such Item as stated in the Technical
Specifications, and also the desirable features (if and to the extent the Tenderer
has indicated compliance) to be delivered to Hong Kong on an F.I.S. basis before
the applicable Deadline Delivery Date;
(F.I.S. means free into store, i.e. the successful Tenderer is responsible for
delivering the Vehicles, with the fuel tank of each Vehicle filled up to at least
75% full to the Site at its own cost.)

(ii)

all handling, packaging, freight costs, carriage, insurance, shipping and local
delivery for all of the Vehicles;

(iii) all necessary modification, body construction, and body finish for the Vehicles as
well as installation of all such parts and equipment thereon specified as
mandatory features in the Technical Specifications and also those specified as
desirable features in the Technical Specifications (if and to the extent the
Tenderer has indicated compliance);
(iv)

all testing and inspection on the Vehicles in accordance with the terms of the
Contract, including without limitation to the Factory Acceptance Tests, the Predelivery Inspection and the Site Acceptance Tests;

(v)

the provision of documentation and publications in accordance with Clause 11 of


the Special Conditions of Contract;

(vi)

the provision of training and demonstrations in accordance with Clause 13 of the


Special Conditions of Contract;

(vii) the provision of warranty repair and after-sales services for a minimum of
thirty-six (36) months (Warranty Period) for all parts of each of the Vehicles
and each part thereof in accordance with Clause 15 of the Special Conditions of
Contract and subject to any extension in accordance with Clause 16 of the
Special Conditions of Contract;
(viii) the procurement of all licences and permits for exporting the Vehicles to Hong
Kong; and
Terms of Tender (Supplement)

Page 2 of 16

Tender Ref.: AD200612015

(ix)

all other items, work and services to be provided and performed for the Vehicles
in accordance with the terms of the Contract.

A Tender with a quotation on delivery terms other than F.I.S./HK (e.g. F.O.B.,
C.I.F./HK) or without the provision of any of the above items or services will not
be considered further.
(b) To the extent a Tenderer intends to offer the relevant Optional Items, the Tenderer shall
provide the price quotation (unit price only) for each such Optional Item in Schedule A
(Price Schedule). The Tenderer should enter "N/C" (i.e. no charge) or other equivalent
expression for any of the Optional Items offered on a "free of all charges" basis. If the
Tenderer fails to enter any price quotation for any of the Optional Items, subject to any
clarification with the Tenderer concerned, it shall be deemed that the Tenderer offers
the Optional Items free of all charges to the Government. The rates of charges shall
form the basis of the Contract and shall be binding on the Tenderer for the term of the
Contract once accepted by the Government.
(c) Apart from the Total Quotation, the prices for the Optional Items and/or the Spare Parts
(the payment of which are subject to the terms and conditions of the Contract), under
no circumstances whatsoever will the Government be obliged to pay any other money
to the Contractor under or in connection with the Contract or in connection with the
Vehicles.
(d) Quotations shall be submitted in Hong Kong dollars or US dollars. Offers submitted
in other currencies will not be considered further.
(e) A Tenderer shall not quote different rates for the same model of Vehicle offered in
Schedule A (Price Schedule).

5.

Particulars of Offer
(a) A Tenderer shall provide the particulars of the offered Vehicles as required in
Part 1 of Schedule C (Product Information) together with its Tender before the
Tender Closing Time. Otherwise, the Tenderers Tender will not be considered
further.
(b) If the Tenderer is not the chassis manufacturer or the chassis manufacturers regional
representative/subsidiary of the Vehicles offered, the Tenderer shall submit together
with its Tender written undertaking issued by the chassis manufacturer or the chassis
manufacturers regional representative/subsidiary evidencing the agreement of the
chassis manufacturer or the chassis manufacturers regional representative/subsidiary to
supply such chassis to the Tenderer. The written undertaking shall be signed by a duly
authorised representative of the chassis manufacturer or the chassis manufacturers
regional representative/subsidiary. If a Tenderer fails to submit the written

Terms of Tender (Supplement)

Page 3 of 16

Tender Ref.: AD200612015


undertaking, if applicable, before the Tender Closing Time or by the time which
may subsequently be specified by the Government at the Governments discretion,
its Tender will not be considered further.

6.

Delivery Requirements
(a) Delivery of the three (3) units of the Vehicle in Ready to Use condition shall be made
on or before the last working day of the eighteen (18)-month period from the Contract
Date.
(b) A Tenderer may propose in Part 2 of Schedule C (Product Information) an alternative
delivery date for the Governments consideration. In any case, the alternative delivery
date must not be later than that specified in Paragraph 6(a) above. An earlier delivery
date is acceptable. A Tender will not be considered further if the alternative
delivery date is later than eighteen (18) months from the Contract Date. If the
proposed alternative delivery date is accepted by the Government, the Tenderer shall be
bound by such date.
(c) A Tenderer should note that if it offers to supply any of the Optional Items and such
Optional Item is accepted and ordered by the Government, the relevant Optional Item
should be delivered / provided together with the Vehicles.

7.

Warranty Requirements
(a) For each Vehicle, the successful Tenderer shall, either by itself or through its local
agent as specified in Part 2 of Schedule D (Details of Local Support), provide free
warranty repair and after-sales services in respect of that Vehicle and all parts of that
Vehicle with the scopes more particularly specified in Clause 15 and Clause 16 of the
Special Conditions of Contract for a minimum period of 36 months from the date of
Acceptance Note for that Vehicle to be issued by the Government, subject to any
extension under Clause 16 of the Special Conditions of Contract. A Tenderers
Tender which fails to comply with this essential requirement will not be
considered further.
(b) The Tenderer is required to confirm in Part 3 of Schedule C (Product Information) the
free warranty package that will be offered for the Vehicles which must be no less than
the minimum requirement specified in Paragraph 7(a) above. If a Tenderer does not
complete Part 3 of Schedule C (Product Information), it shall be deemed that the
Tenderer agrees to and is bound by the minimum free warranty requirement specified in
Clause 15 and Clause 16 of the Special Conditions of Contract.
(c) If a Tenderer offers any extended warranty period on top of the essential warranty
requirement specified in Paragraph 7(a) above, the Tenderer shall provide information

Terms of Tender (Supplement)

Page 4 of 16

Tender Ref.: AD200612015


on its extended warranty package in Part 3 of Schedule C (Product Information) with its
Tender.

8.

Local Support
(a) It is an essential requirement that either the Tenderer or its proposed local agent (as
proposed in Part 2 of Schedule D (Details of Local Support)) must have the following
workshop facilities, manpower resources and trade licences to provide the warranty
repair and after-sales services for the Vehicles:
(i)

Availability of Workshop
The Tenderer or its proposed local agent must have at least one (1) workshop
(Workshop) in Hong Kong and the proposed workshop must meet the following
criteria:
(1) the Workshop shall be able to serve at least one (1) Vehicle;
(2) the Workshop shall be equipped with facilities and equipment including at
least one (1) vehicle lift and one (1) welding machine for carrying out the
warranty repair and after-sales services;
(3) the operating hours of the Workshop shall be at least eight (8) hours a day
and six (6) days a week excluding public holidays (as defined in the
Interpretation and General Clauses Ordinance (Chapter 1 of the Laws of
Hong Kong)); and
(4) the Workshop shall be located in a building with sufficient clearance height
for the Vehicles.

(ii)

Availability of Technical Manpower Resources of the Workshop


Either any one (1) Workshop, or two (2) or more Workshops altogether, must
fulfill the following requirements:
(1) there shall be at least three (3) vehicle mechanics (amongst them at least one
(1) of them shall be specialised in electrical services) working in the
Workshop; and
(2) on top of the three (3) vehicle mechanics as mentioned above, there shall be
at least one (1) supervisory grade staff, each of them possesses higher
certificate in vehicle engineering or relevant higher qualifications, working
in the Workshop.

Terms of Tender (Supplement)

Page 5 of 16

Tender Ref.: AD200612015


(iii) Availability of Trade Licence
The Tenderer or its proposed local agent shall in aggregate be the holder of at
least one (1) trade licence issued by the Transport Department of the Government
for the delivery and collection of vehicles for repair services.
(b) To facilitate the Governments assessment of the Tenderers or its proposed local
agents compliance with the Workshop facilities, manpower resources and trade licence
requirements as detailed in Paragraph 8(a) above, the Tenderer shall provide in Part 1
of Schedule D (Details of Local Support) the details of its Workshop facilities,
manpower resources and trade licence in Hong Kong. If a Tenderer has proposed more
than one (1) Workshop to carry out the warranty repair and after-sales services, the
Tenderers attention is drawn that at least one (1) of the proposed Workshops must
fulfill all the requirements specified in Paragraph 8(a)(i) above.
(c) A Tenderer shall submit the information required in Part 1 of Schedule D (Details
of Local Support) together with its Tender before the Tender Closing Time or by
the time which may subsequently be specified by the Government at the
Governments discretion.
Otherwise, the Tenderers Tender will not be
considered further. If the information submitted fails to substantiate that the
Tenderer or its proposed local agent has the Workshop facilities, manpower
resources and trade licence meeting the requirements specified in Paragraphs
8(a)(i) to 8(a)(iii) above for carrying out the warranty repair and after-sales
services, the Tenderers Tender will not be considered further.
(d) If a local agent is to be appointed by the Tenderer for performing the warranty repair
and after-sales services, the Tenderer shall submit in Part 2 of Schedule D (Details of
Local Support) the name and contact details of the proposed local agent. The Tenderer
shall also submit together with its Tender a written undertaking issued by the proposed
local agent to the effect that it would enter into sub-contract with the Tenderer for
performing the warranty repair and after-sales services to the Vehicles should the
Tenderer be awarded the Contract. The written undertaking shall be signed by a duly
authorised representative of the proposed local agent. If a Tenderer fails to submit
the written undertaking, if applicable, before the Tender Closing Time or by the
time which may subsequently be specified by the Government at the
Governments discretion, its Tender will not be considered further.
(e) If the Tenderer performs such warranty repair and after-sales services on its own, the
Tenderer shall enter its own name in Part 2 of Schedule D (Details of Local Support).
(f) The Government reserves the rights to conduct an inspection of the Workshop(s)
proposed by the Tenderer during the Tender Validity Period. If, upon request from
the Government,

Terms of Tender (Supplement)

Page 6 of 16

Tender Ref.: AD200612015


(i)

the Tenderer fails to arrange for the Government Representative to inspect


the Workshop(s) which is proposed to carry out the warranty repair and
after-sales services to the Vehicles; and/or

(ii) if the Government Representative finds, upon the inspection, that:


(1) none of the Workshop proposed individually fulfills the requirements
specified in Paragraphs 8(a)(i) above;
(2) the Workshop(s) proposed whether individually or altogether fails to
fulfill the requirements specified in Paragraph 8(a)(ii) above; and/or
(3) any of the documentary evidence submitted fails to substantiate that the
Tenderer or its proposed local agent meets the requirements specified in
Paragraph 8(a)(iii) above,
the Tenderers Tender will not be considered further.
(g) A Tenderer may offer the warranty repair and after-sales services for the Vehicles
during the Warranty Period (excluding any extended warranty period offered in Part 3
of Schedule C (Product Information)) which are wider in scope than those stipulated in
Clause 15 and Clause 16 of the Special Conditions of Contract, free of all charges to the
Government, in Part 3 of Schedule D (Details of Local Support). If the offered
warranty repair and after-sales services are accepted by the Government, the Tenderer
shall be bound by such terms.

9.

Body Construction
(a) A Tenderer shall provide in Part 1 of Schedule E (Body Construction) the name of the
proposed Body Builder, which is responsible for the overall design and construction of
the Vehicles. If the Tenderer undertakes the overall design and construction of the
Vehicles itself, the Tenderer shall enter its own name in Part 1 of Schedule E (Body
Construction).
(b) If the Tenderer itself will not be responsible for the overall design and construction of
the Vehicles, the Tenderer shall submit together with its Tender a written undertaking
issued by the proposed Body Builder to the effect that the proposed Body Builder will
enter into sub-contract with the Tenderer to design and construct the Vehicles for the
Tenderer should the Tenderer be awarded the Contract. The written undertaking shall
be signed by a duly authorised representative of the Body Builder. If a Tenderer fails
to submit the written undertaking, if applicable, before the Tender Closing Time
or by the time which may subsequently be specified by the Government at the
Governments discretion, its Tender will not be considered further.

Terms of Tender (Supplement)

Page 7 of 16

Tender Ref.: AD200612015


(c) The Tenderer shall also submit in Part 2 of Schedule E (Body Construction) a
programme of construction work to be carried out for the completion of the Vehicles
before the Tender Closing Time or by the time which may subsequently be
specified by the Government at the Governments discretion, otherwise its Tender
will not be considered further.

10. Spare Parts


(a) The successful Tenderer may be required, as part of the contractual obligations, to
supply Spare Parts to the Government in accordance with Clause 10 of the Special
Conditions of Contract.
(b) A Tenderer shall submit, together with its Tender under Schedule G (Price Terms for
the Supply of Spare Parts)), before the Tender Closing Time or by the time which
may subsequently be specified by the Government at the Governments discretion:
(i)

a comprehensive list of Spare Parts recommended for proper operation and


maintenance of the Vehicles offered to be attached to Part 1 of Schedule G (Price
Terms for the Supply of Spare Parts). Such list shall contain itemised prices
which shall remain firm and fixed during the Fixed Price Period;

(ii)

a copy of the manufacturer's master list of Spare Parts as part of Schedule G


(Price Terms for the Supply of Spare Parts) for reference.

Otherwise, the Tenderers Tender will not be considered further.


(c) The price payable by the Government to the successful Tenderer for its supply and
delivery of an item of Spare Part during the Fixed Price Period shall be determined in
accordance with Clause 10 of the Special Conditions of Contract based on the
quotations submitted in Schedule G (Price Terms for the Supply of Spare Parts).

11. Tenders to Remain Open


(a) A Tender once submitted by a Tenderer will be binding on the Tenderer.
(b) It is an essential requirement of this Invitation to Tender that a Tender shall remain
valid and open for acceptance for the longer of the following periods:
(i)

a period of not less than 180 days after the Tender Closing Date; and

(ii)

a period offered in the Tender for which it is to remain valid and open for
acceptance,

(Tender Validity Period).


Terms of Tender (Supplement)

Page 8 of 16

Tender Ref.: AD200612015


(c) If a Tenderer does not state in its Tender the period for which the Tender is to remain
valid and open for acceptance, the Tender Validity Period of that Tender shall be the
period in Paragraph 11(b)(i) above.
(d) If a Tenderer offers in its Tender a period that is shorter than the period referred
to in Paragraph 11(b)(i) above, or if it rejects the Tender Validity Period
prescribed in Paragraph 11(b) above, its Tender will not be considered further.

12. Payment Terms


(a) Payment to the successful Tenderer shall be made in accordance with the payment
timetable in Paragraph 2 of Schedule A (Price Schedule).
(b) A Tenderer is requested to indicate in the space provided in Part 1 of Schedule B
(Payment Terms) the prompt discount it will allow on any payment under the Contract
if made in full within the period of time as specified in Part 1 of Schedule B (Payment
Terms).
(c) Payment to a successful Tenderer from a place outside Hong Kong will be made by
telegraphic transfer. A Tenderer from a place outside Hong Kong is therefore required
to provide its banking details in Part 2 of Schedule B (Payment Terms).

13. Statement of Compliance


(a) The Vehicles, the Spare Parts, and where applicable the Optional Items offered by the
Tenderer shall comply with all the mandatory features stipulated in the Technical
Specifications. A Tenderer shall complete a point-by-point statement of compliance in
the column on the right hand side of each page of the Technical Specifications which
sets out the mandatory features concerning the Vehicles. In relation to the mandatory
features, if the Tenderer does not complete the statement of compliance for a
Clause or a Sub-clause of the Technical Specifications, it shall be deemed that the
Tenderer confirms its compliance with such mandatory features in that Clause or
Sub-clause. The Tenderer shall also provide the details of its offered Vehicles in
Attachment I to the Technical Specifications. A Tenderers Tender will not be
considered further if:
(i)

the information concerning the Vehicles whether as provided by the Tenderer or


otherwise published by the relevant manufacturer indicates that such Vehicles
fail to comply with any of the mandatory features in the Technical
Specifications; or

Terms of Tender (Supplement)

Page 9 of 16

Tender Ref.: AD200612015

(ii)

upon seeking of any clarification by the Government in accordance with


Paragraph 21 Request for Information of the Terms of Tender (GLD-TERMS1 (December 2015)), a Tenderer expressly indicates non-compliance with any
mandatory features of the Technical Specifications.

(b) For the purposes of Paragraph 13(a) above, if there is any inconsistency between the
information provided by the Tenderer and those provided by the manufacturers of the
chassis, or vehicle body, or parts or equipment of the offered Vehicles (whether
provided through the Tenderer or obtained by the Government from other sources), the
tender evaluation will be based on the information provided by the manufacturer(s)
unless the Tenderer, upon the seeking of any clarification by the Government in
accordance with Paragraph 21 Request for Information of the Terms of Tender
(GLD-TERMS-1 (December 2015)), resolves such inconsistency to the satisfaction of
the Government. The Government may, but is not obliged to, seek clarification in the
event of any inconsistency.
(c) For desirable features of the Technical Specifications, a Tenderer shall complete a
point-by-point statement of compliance in the column on the right hand side of each
page of the Technical Specifications which sets out the desirable features concerning
the Vehicles. If the Tenderer does not complete the statement of compliance for a
Clause or a Sub-clause of the Technical Specifications, it shall be deemed that the
Tenderer confirms its compliance with such desirable features in that Clause or
Sub-Clause unless:
(i)

the information concerning the Vehicles whether as provided by the Tenderer or


otherwise published by the relevant manufacturer indicates that such Vehicles
fail to comply with any of the desirable features in the Technical Specifications;
or

(ii)

upon seeking of any clarification by the Government in accordance with


Paragraph 21 Request for Information of the Terms of Tender
(GLD-TERMS-1 (December 2015)), a Tenderer expressly indicates noncompliance with any desirable features of the Technical Specifications.

14. Alternative Offer


If a Tenderer proposes to offer two (2) or more alternative models of the Vehicles in
response to this Invitation to Tender, the Tenderer should submit and clearly identify the
relevant information/proposal related to each model separately. An alternative model will
not be considered further if it fails to comply with any of the mandatory features in
the Technical Specifications.

Terms of Tender (Supplement)

Page 10 of 16

Tender Ref.: AD200612015

15. Basis of Acceptance


(a) Tenderers must offer to provide all three (3) units of the Vehicles in Schedule A (Price
Schedule). The evaluation will be based on the offer for all such units. A Tender with
an incomplete offer will not be considered further.
(b) The Government reserves the right to accept any or none of the Optional Items in
Schedule A (Price Schedule).

16. Tender Evaluation


Without prejudice to other rights and powers of the Government not to consider a Tender
under other applicable provisions in the Tender Document, the evaluation of Tenders will be
conducted as follows:
(a) Completeness Check
A completeness check will be conducted by checking whether the Tender has been
submitted in accordance with the procedural requirements stipulated in the Tender
Document. If a Tenderer fails to submit any of the information / documents
stipulated in Paragraph 20(a) Information to be Submitted of the Terms of
Tender (Supplement) before the Tender Closing Time, its Tender will not be
considered further.
(b) Assessment of Compliance with Essential Requirements
A Tender will be checked for its compliance with the essential requirements as detailed
in the Tender Document. Any Tender which fails to meet any of these essential
requirements will not be considered further.
(c) Price Assessment
(i)

The Total Quotation for supplying three (3) units of the Vehicles as specified in
Item 1 of Schedule A (Price Schedule) will be used for price assessment.

(ii)

For tender price assessment purposes,


(1) the tender prices for the Optional Items in Schedule A (Price Schedule), the
prices for the recommended Spare Parts in Schedule G (Price Terms for the
Supply of Spare Parts) as required under Paragraph 10 of the Terms of
Tender (Supplement) and any prompt payment discount offered by a
Tenderer in Schedule B (Payment Terms) will not be taken into
consideration in the tender price assessment; and

Terms of Tender (Supplement)

Page 11 of 16

Tender Ref.: AD200612015


(2) the tender prices quoted in US dollars will be converted to Hong Kong
dollars based on the official opening selling rate of US dollars quoted by the
Hong Kong Association of Banks on the Tender Closing Date.
(d) Delivery Terms Offered
If there is more than one lowest conforming Tenders offering the same Total Quotation,
preference will be given to the Tender which has offered an earlier delivery date in
Schedule C (Product Information).
(e) Subject to Paragraph 16(d) above and without prejudice to the other provisions of the
Tender Document, the Tenderer who submits the lowest Total Quotation and whose
Tender passes the completeness check and complies with the essential requirements
will normally be awarded the Contract.

17. Contract Deposit


(a) Pursuant to Paragraph 27 of the Terms of Tender (GLD-TERMS-1 (December 2015)),
if the successful Tenderer elects to pay the Contract Deposit by way of a bankers
guarantee, the bankers guarantee must be on the terms set out at Annex C.
(b) A Tenderer is reminded to complete Part I of Annex B of the Terms of Tender (GLDTERMS-1 (December 2015)) the method of paying the Contract Deposit.

18. Intellectual Property Rights Licence


(a) A Tender once submitted will become the property of the Government. Tenders of
unsuccessful Tenderers will be destroyed in accordance with Paragraph 29 of the Terms
of Tender (GLD-TERMS-1 (December 2015)). In consideration of the Government
considering its Tender and subject to the terms and conditions of the Tender Document,
without prejudice to all other rights and powers of the Government under the Tender
Document (including in particular its right to disclose information in the Tenders), each
Tenderer grants to the Government, its assigns, successors-in-title, and authorised
users, a free, exclusive, sub-licensable, transferable, assignable, irrevocable, worldwide, unrestricted right and licence to use or exercise all or any Intellectual Property
Rights subsisting in its Tender for the purposes of tender evaluation and for all other
purposes incidental thereto or in connection therewith. Such rights and licence shall
continue to subsist so long as all or any Intellectual Property Rights subsist in the
Tender (or any part thereof) under any applicable law, including the Laws of Hong
Kong.
(b) The Tenderer shall indemnify the Government, its assigns, successors-in-title, and
authorised users on the terms set out in Clause 21 of the Special Conditions of Contract

Terms of Tender (Supplement)

Page 12 of 16

Tender Ref.: AD200612015


in the event that the exercise by any of them of the rights mentioned in Paragraph 18(a)
above infringes or is alleged to infringe the Intellectual Property Rights of a third party.
(c) The Tenderer shall waive and undertake to procure the consent of all authors of the
Tender to waive all moral rights in the Tender (whether past, present or future). The
waiver shall operate in favour of the Government, its assigns, successors-in-title, and
authorised users and shall take effect from the date of submission of its Tender.

19. Negotiations
The Government reserves the right to negotiate with any Tenderer the terms of the
Tenderers Tender and conditions of the Contract. Normally, the Government may conduct
negotiation with the Tenderer whose Tender is identified as the most advantageous to the
Government in terms of the evaluation criteria set out in the Tender Document.

20. Information to be Submitted


(a) A Tenderer shall submit the following information/supporting documents in its Tender
before the Tender Closing Time:
(i)

in case of Paper-based Tendering, Part 4 Offer to be Bound of the Tender Form


(G.F. 230) duly signed by the Tenderer;

(ii)

the unit price and the Total Quotation for Item 1 of Schedule A (Price Schedule);
and

(iii) the particulars of offered Vehicles as required in Part 1 of Schedule C (Product


Information).
Otherwise, the Tenderers Tender will not be considered further.
(b) In addition to Paragraph 20(a) above, the Tenderer is required to provide all other
information/supporting documents requested in this Tender Document or relevant to its
Tender, including but not limited to the following:
(i)

the Statement of Compliance in the Technical Specifications or the written


confirmation on the compliance of the Tender with all mandatory features of the
Technical Specifications;

(ii)

information required in Attachment I to the Technical Specifications;

(iii) supporting documents required in the Technical Specifications together with the
index of documentary evidence in Attachment II to the Technical Specifications
including without limitation the following:

Terms of Tender (Supplement)

Page 13 of 16

Tender Ref.: AD200612015


(1) the technical information relating to the chassis and various parts of the
Vehicles, which shall be issued by the respective chassis / spare part
manufacturers;
(2) the type-approval certificate(s) of the offered chassis issued by Transport
Department of the Government, if the offered chassis has been imported
into Hong Kong on or before the Tender Closing Date;
(3) if the offered chassis has not yet been imported into Hong Kong before the
Tender Closing Date, the chassis manufacturers written confirmation that it
will obtain the approval(s) as stipulated in Paragraph 20(b)(iii)(2) above
before any of the Vehicles are delivered the Site;
(4) the dimensional layout drawings which shall clearly show, including but not
limited to, the layout of the Vehicle; overall dimensions of the Vehicle;
lightings; positions of major components such as water tank, pump engine
set, roof monitors, forward protection monitor etc. to be installed on the
Vehicles;
(5) information sheet of the Vehicles, including but not limited to designed
gross vehicle weight, axle rating and loading, published specification sheets
of the chassis, engine and major components, brake circuit diagram of the
Vehicles;
(6) technical information, arrangement and design of various systems, including
water installation, pump engine set, roof monitors, forward protection
monitor, foam system, tear gas system, dye stuff system, pressurizing and
air filtering system, special warning lights and siren and public address
system, CCTV and digital video recording system, and their associated
control and monitoring system; and
(iv)

the information to be provided in separate sheets as required in Clause 2 of


Technical Specification.

(v)

the information on the workshop which will carry out the warranty repair aftersales services, manpower resources, and trade license as required in Part 1 of
Schedule D (Details of Local Support);

(vi)

the name and contact details of the proposed local agent (if any) as required in
Part 2 of Schedule D (Details of Local Support);

(vii) details of the proposed Body Builder as required in Part 1 of Schedule E (Body
Construction);
(viii) the programme of construction work as required in Part 2 of Schedule E (Body
Construction);
Terms of Tender (Supplement)

Page 14 of 16

Tender Ref.: AD200612015

(ix)

the information and/or statement as required in Paragraphs 24.2 (Government


Discretion) of the Terms of Tender (GLD-TERMS-1 (December 2015)) in Part 2
of Schedule F (Information Schedule);

(x)

the information under Schedule G (Price Terms for the Supply of Spare Parts) as
required in Paragraph 10(b) of these Terms of Tender (Supplement);

(xi)

the written undertaking as required in Paragraph 5(b) of the Terms of Tender


(Supplement);

(xii) the written undertaking issued by the proposed local agent (if any) as required in
Paragraph 8(d) of the Terms of Tender (Supplement);
(xiii) the written undertaking issued by the proposed Body Builder (if any) as required
in Paragraph 9(b) of the Terms of Tender (Supplement); and
(xiv) a copy of a relevant document showing that the authorised person(s) who sign(s)
the Offer to be Bound has/have the authority to sign for and on behalf of the
Tenderer.
The Tenderer should provide all the above items at the same time when it submits its
Tender. If any is found missing in a Tender, the Government may, but is not obliged
to, make a request for the missing item pursuant to Paragraph 21 Request for
Information of the Terms of Tender (GLD-TERMS-1 (December 2015)). If any of the
above information is still not provided by the time specified by the Government, the
Tenderers Tender will not be considered further.
(c) In addition to Paragraph 20(b) above, the Tenderer should provide the items below at
the same time when it submits its Tender:
(i)

a copy of valid Business Registration Certificate or other valid business


document of the Tenderer issued by a competent authority;

(ii)

a copy of the Certificate of Incorporation or the Certificate of Change of Name


(if any) or equivalent document in the Tenderers trading name as shown in the
Business Registration Certificate or other valid business documents issued by a
governmental or competent authority;

(iii) details of the Tenderers status as required in Part 1 of Schedule F (Information


Schedule); and
(iv)

contact details of the Tenderer in Appendix of the Terms of Tender (GLDTERMS-1 (December 2015)).

Terms of Tender (Supplement)

Page 15 of 16

Tender Ref.: AD200612015


If any is found missing in a Tender, the Government may, but is not obliged to, make a
request for the missing item. If any of the above information is still not provided by the
time specified by the Government, the Tenderers Tender may not be considered
further.
(d) Nothing in this Paragraph shall limit the Governments absolute right to determine or to
request any other information/supporting documents in connection with or arising out
of this Invitation to Tender.
19. Deletion
For the purpose of this Invitation to Tender, Paragraph 4 (Tenders to Remain Open),
Paragraph 6 (Checklist of Compliance), Paragraph 10 (Manufacturers Agreement),
Paragraph 23 (Negotiations), Paragraph 27.3(b) (Contract Deposit) and Part II of Annex B
(Form of Bankers Guarantee for the Performance of a Contract) of the Terms of Tender
(GLD-TERMS-1 (December 2015)) are deleted.

Terms of Tender (Supplement)

Page 16 of 16

Tender Ref.: AD200612015


APPENDIX

Contact details of:


(1) the Government (for user department):

Electrical and
Department

Mechanical

Services

Address:

6/F., 3 Kai Shing Street, Kowloon Bay,


Kowloon.

Attn:

Electrical and Mechanical Engineer /


Vehicle Technical Services 1

Facsimile Number:

(852) 2355 7126

Email address:

cmchung@emsd.gov.hk

(2) the Government Representative:

Government Logistics Department

Address:

9/F., North Point Government Offices,


333 Java Road, North Point, Hong Kong.

Attn:

Controller (Procurement)

Facsimile Number:

(852) 2116 5225

(3) the Tenderer:


Address :
Attn:
Facsimile Number:
Email address:
(4) Process Agent (for a Tenderer incorporated, formed or established outside Hong
Kong):
Address:
Attn:
Facsimile Number:
Email address:

Ref. No. GLD-TERMS-1 (December 2015)

Page 41 of 84

Tender Ref.: AD200612015

Supply of Crowd Management Vehicles


to the Electrical and Mechanical Services Trading Fund
Special Conditions of Contract
1.

Contract Period
Subject to any provisions for earlier termination or extension of this Contract, this
Contract shall commence on the Contract Date and shall expire on the date of expiry of
the Fixed Price Period, both dates inclusive.

2.

Time Schedule
(a)

(b)

The Contractor shall ensure that the Vehicles shall be supplied and delivered to the
Site in Ready to Use condition no later than the deadline as specified below
(Deadline Delivery Date):
(i)

on or before the date committed by the Contractor in Schedule C (Product


Information); or

(ii)

if no alternative delivery date is committed by the Contractor in Schedule C


(Product Information), on or before the last working day of the eighteen
(18)-month period commencing from the Contract Date.

To ensure punctual delivery of all of the Vehicles by the time limits referred to in
Clause 2(a) of this Part, the Contractor shall, within fourteen (14) days after the
Contract Date, submit to the Government Representative for consideration and
approval a draft timetable setting out the following information:
(i)

all milestones agreed by the Government Representative for performance of


the Contract (including each milestone to be achieved in the manufacturing
process) and target dates for achieving each milestone (including the dates
for submitting the documentation before the Factory Acceptance Tests,
conducting the Factory Acceptance Tests, shipment and delivery of the
Vehicles to Hong Kong, the Pre-delivery Inspection, the Site Acceptance
Tests, training and demonstrations and after-sales services required under
the Contract);

(ii)

the entire manufacturing process of the Vehicles;

(iii) a schedule for delivery of the Vehicles; and


(iv)

any other information required by the Government Representative.

Special Conditions of Contract

Page 1 of 31

Tender Ref.: AD200612015

3.

(c)

If in the reasonable opinion of the Government Representative the draft timetable


does not fulfill the requirements as set out in Clause 2(a) of this Part, or the draft
timetable requires alteration or adjustment, the Contractor shall revise, alter and/or
adjust the timetable and carry out the Contract in accordance with such revised
timetable at no additional cost to the Government.

(d)

The timetable as approved by the Government Representative shall be referred to


as the Approved Timetable. Nothing in the Approved Timetable shall vitiate
the Deadline Delivery Date set out in Clause 2(a) of this Part.

(e)

The Contractor shall not make any changes to the Approved Timetable without the
prior written consent of the Government Representative.

(f)

The Contractor shall adhere to all requirements specified in this Contract including
the Deadline Delivery Dates and the Approved Timetable in its performance of the
Contract all of which are of the essence of the Contract.

Progress Report
(a)

The Contractor shall submit to the Government at the end of each month with
effect from the Contract Date monthly progress reports on the progress made in the
manufacturing, testing, inspection, commissioning and delivery of the Vehicles,
the extent to which each milestone set out in the Approved Timetable or the
Contract has been achieved, and such other information required by the
Government Representative from time to time.

(b)

If any milestone set out in the Approved Timetable or the Contract is not achieved
and it appears to the Contractor that it will not or may not be able to deliver any of
the Vehicles to the Government by the Deadline Delivery Date set out in Clause
2(a) of this Part, without prejudice to other rights and claims of the Government,
the Contractor shall immediately give notice of the delay in writing to the
Government with an explanation of the cause thereof. The Contractor shall also
provide all other additional information as the Government may subsequently
request. The Contractor shall take such steps as the Government Representative
may require to ensure that all of the Vehicles are delivered to the Government by
the applicable Deadline Delivery Date set out in Clause 2(a) of this Part.

(c)

The submission or acceptance of a progress report or the issuance of a notice


pursuant to this Clause 3 shall not prejudice any rights or claims of the
Government under the Contract or at law.

Special Conditions of Contract

Page 2 of 31

Tender Ref.: AD200612015

4.

Vehicle Inspection and Factory Acceptance Tests


(a)

The Contractor shall, on the date specified in the Approved Timetable and at the
Contractors own cost, submit each unit of the Vehicles to tests at the place where
the Vehicles are being manufactured or assembled (Manufacturing Site) to
demonstrate that the Vehicles comply with the requirements of the Contract
(including the Technical Specifications) and the FAT Test Plan (as defined below)
(Factory Acceptance Tests or FAT).

(b)

The scope of the FAT shall include but not be limited to the following:
(i)

Road tests for the Vehicles shall include:


- performance test;
- acceleration test;
- brake tests; and.
- turning circle diameters - left lock and right lock.

(ii)

Performance tests of the Vehicles shall include without limitation to water


pump, pump engine set, all monitors and protection nozzles, foam
proportioning unit, tear gas system, dye stuff system, pressurizing and air
filtering system, CCTV and digital video recording system, on-board
battery charger system, auxiliary power supply system, special warning
lights and public address system and other major compliance with all
mandatory features and where applicable desirable features set out in the
Technical Specifications.

The Contractor shall ensure that all facilities and equipment necessary for carrying
out the FAT will be available at the Manufacturing Site throughout the FAT. Each
facility and equipment so provided must be validly certified to have been
calibrated by the relevant authority as required under the laws of the place of
Manufacturing Site. The Contractor shall also compile such documents as are
necessary to support the FAT and to serve as a reference for the results of the FAT.
(c)

The Contractor shall submit, at least eight (8) weeks prior to the carrying out of
FAT, a test plan showing:
(i)

all procedures of the FAT (including the testing and parameters


measurement procedures);

(ii)

pass and fail criteria for each test or procedure;

(iii) expected results of each test or procedure;


(iv) the venues where the tests will be conducted;
Special Conditions of Contract

Page 3 of 31

Tender Ref.: AD200612015

(v)

a schedule showing all timing and sequence of testing,

(vi) report forms; and


(vii) other matters relating to the FAT as the Government Representative may
require
for the consideration and approval by the Government Representative. If in the
reasonable opinion of the Government Representative, any component of the test
plan does not provide sufficient details to test compliance of each unit of the
Vehicles with each mandatory feature and where applicable desirable features
stated in the Technical Specifications, the Contractor shall make all necessary
amendments to such test plan as the Government Representative may request. The
test plan as approved by the Government Representative shall be referred to as
FAT Test Plan.
(d)

The Government has the absolute discretion to decide whether or not to attend and
witness the carrying out of the FAT at the Manufacturing Site. If the Government
decides to attend the FAT, the Contractor shall make arrangement to enable at least
five (5) nominees of the Government Representative (collectively, Nominated
Persons and each, a Nominated Person) to attend and witness such FAT.

(e)

The Contractor shall duly record all results of the FAT of each unit of the Vehicles
in a report (including all defects, discrepancies, deficiencies and non-conformities
with the Technical Specifications (if any)) (FAT Report). Within fourteen (14)
working days after the completion of the FAT of the Vehicle, the Contractor shall
submit to the Government Representative for approval the FAT Report for each
Vehicle together with the proposed remedial actions to be taken by the Contractor
and the time to be taken to rectify any defects, discrepancies, deficiencies or nonconformities identified pursuant to the FAT (if any). Such remedial actions shall
include replacement of all defective parts and units with brand new parts and units
to ensure passing of the FAT. Unless the Government chooses to exercise any of
its rights under Clause 8(b) of this Part by notifying the Contractor to this effect,
the Contractor shall promptly implement all remedial actions approved by the
Government Representative within such period as approved by the Government
Representative to ensure that all of the defects, discrepancies, deficiencies and
non-conformities identified in the FAT Report are remedied to the satisfaction of
the Government within the approved time. The Contractor shall notify the
Government Representative in writing immediately upon completion of the
remedial actions.

(f)

Even if it is not so mentioned in Report, if in the judgment of the Nominated


Persons that any Vehicle fails to comply with any mandatory feature or where
applicable desirable feature of the Technical Specifications, or fail to pass the FAT
or the FAT as conducted fails to comply with the FAT Test Plan:

Special Conditions of Contract

Page 4 of 31

Tender Ref.: AD200612015

(i)

the Contractor shall re-conduct the FAT for the relevant Vehicles in the
presence of the Nominated Persons and re-issue the FAT Report;

(ii)

in the event that there is any defect, discrepancy, deficiency or nonconformity identified during the FAT under (i) above, the Contractor shall
propose for the Governments approval remedial actions for the remedy of
such defect, discrepancy, deficiency and/or non-conformity and the time
for carrying out such remedial actions; such remedial actions shall include
replacement of all defective parts and units with brand new parts and units
to ensure passing of the FAT; and

(iii)

the Contractor shall carry out the remedial actions as approved by the
Government within the time as approved by the Government.

(g)

After completion of the remedial actions as mentioned in Clause 4(e) or


Clause 4(f)(iii) of this Part, the Government Representative may require the
Contractor to re-conduct the FAT or such part thereof in such manner and within
such period specified by the Government Representative. If the Contractor is
required under this Sub-clause to re-conduct the FAT or such part thereof, the
provisions of this Contract in relation to a FAT shall apply to such re-conducted
FAT save that the Contractor shall be liable for all costs and expenses incurred by
Nominated Persons for attending the re-conducted FAT (including expenses
incurred by each of the Nominated Persons for accommodation and meals, his
subsistence allowance and his airfare charges on a full indemnity basis). For the
avoidance of doubt, if all or any of the Vehicles still fails the re-conducted FAT
(regardless of the number of occasion that it has been re-conducted), the
Government may at its option either demand additional remedial actions to be
taken and the re-conduct of the FAT, or exercise its rights under Clause 8(b) of this
Part.

(h)

The Contractor shall bear all costs and expenses of or in relation to the conduct of
an FAT, but save as provided in Clause 4(g) of this Part, the Contractor shall not
be liable for the accommodation expenses, subsistence allowance and the airfare
charges incurred by the Nominated Persons for the sole purpose of the FAT.

(i)

The Contractor shall not, and shall procure that no other person will, require any
Nominated Person to execute or give any waiver, indemnity, undertaking or any
other agreement of similar nature (whether or not in writing) in favour of any
person.

(j)

The Contractor shall not proceed to the next milestone in the Approved Timetable
including the Pre-delivery Inspection as mentioned in Clause 5 of this Part unless
and until the Government has notified the Contractor in writing that it is satisfied
with the results of the FAT of the Vehicle based on the FAT Report produced by
the Contractor. Any notification issued by the Government that a Vehicle passes

Special Conditions of Contract

Page 5 of 31

Tender Ref.: AD200612015


the FAT shall not constitute as an acceptance of the Vehicles or prejudice any of
the other rights and powers of the Government under the Contract or at law.

5.

Pre-delivery Inspection
(a)

Upon a Vehicle passing the FAT, the Contractor shall deliver the Vehicle to Hong
Kong (if the Manufacturing Site is located outside Hong Kong). The Contractor
shall carry out Pre-delivery Inspections (PDI) on each of the Vehicles to ensure
the roadworthiness of the Vehicles. The PDI shall include without limitation to
inspection/testing of engine oil level, coolant level, battery voltage, braking
efficiency, tyre pressures, drive belt tension, steering linkage and connection,
lighting signals, door locks, braking system, body finish etc. and inspection on
other major features of the Vehicle to ensure the Vehicles roadworthiness and
compliance with all mandatory features and where applicable desirable features
stated in the Technical Specifications and the Approved Checklist (as defined in
Clause 5(b) of this Part). The Contractor shall inform the Government
Representative at least one (1) week before the PDI is carried out. The
Government has the absolute discretion to decide whether or not to attend and
witness the carrying out of the PDI. The Contractor shall make necessary
arrangement for the nominees of the Government Representative to attend and
witness the PDI if the Government Representative requires so.

(b)

At least six (6) weeks prior to conducting the PDI of the Vehicles, the Contractor
shall submit the PDI checklist which is recommended by the manufacturer of the
Vehicle to the Government Representative for approval. If in the reasonable
opinion of the Government Representative such PDI checklist does not provide
sufficient details to ensure the roadworthiness of the Vehicles and to verify
compliance by the Vehicles with each mandatory feature and where applicable
desirable feature stated in the Technical Specifications, the Contractor shall make
all amendments to such PDI checklist as the Government Representative may
request. The PDI checklist as approved by the Government Representative shall
be referred as Approved Checklist.

(c)

At least one (1) week before the delivery of each unit of the Vehicles to the Site,
the Contractor shall conduct the PDI on each unit of the Vehicles in accordance
with the Approved Checklist and such PDI shall be conducted in the presence of
the Government Representative if the Government Representative decides to
attend and witness the PDI.

(d)

The Contractor shall duly record all results of the PDI of each unit of the Vehicles.
Within seven (7) working days after completion of the PDI of a Vehicle, the
Contractor shall submit to the Government Representative for his acceptance a
report on that PDI for that Vehicle together with its results certified by the
Contractor or its authorised sub-contractor (Certified PDI Report).

Special Conditions of Contract

Page 6 of 31

Tender Ref.: AD200612015

6.

(e)

Where the Certified PDI Report of a Vehicle reports any defect, discrepancy,
deficiency, or non-conformity, or otherwise the Government is not satisfied with
the Certified PDI Report or the results of the PDI of such Vehicle or otherwise
considers that the Vehicle or the PDI which has been conducted does not comply
with certain mandatory feature and/or where applicable desirable feature stated in
the Technical Specifications or the Approved Checklist (as the case may be),
unless the Government elects to exercise its rights under Clause 8(b) of this Part as
notified to the Contractor to this effect, the Contractor shall propose for the
Governments approval such remedial measures and the time for carrying such
remedial measures. Such remedial actions shall include replacement of all
defective parts and units with brand new parts and units to ensure passing of the
PDI. Upon approval by the Government to be sought as aforesaid, the Contractor
shall implement the remedial measures within the time approved.

(f)

Upon completion of the remedial measures pursuant to Clause 5(e) of this Part, the
Contractor shall re-conduct the PDI of the relevant Vehicle or such part thereof in
such manner and within such period specified by the Government Representative.
If the Contractor is required to re-conduct the PDI in respect of a Vehicle, all
provisions of this Contract in relation to a PDI shall apply to such re-conducted
PDI. For the avoidance of doubt, if all or any of the Vehicles still fails the PDI as
re-conducted (regardless of the number of occasion that it has been re-conducted),
the Government may at its option either demand additional remedial actions to be
taken under Clause 5(e) of this Part and re-conducting the PDI under this Clause
5(f) of this Part, or exercise its rights under Clause 8(b) of this Part.

(g)

The Contractor shall not proceed to the next milestone in the Approved Timetable
including the delivery to the Site and Site Acceptance Test as mentioned in Clause
6 of this Part unless and until the Government has notified the Contractor in
writing that it is satisfied with the results of the PDI of each Vehicle based on the
Certified PDI Report produced by the Contractor. Any notification issued by the
Government that a Vehicle passes the PDI shall not constitute as an acceptance of
the Vehicles or prejudice any of the other rights and powers of the Government
under the Contract or at law.

Delivery and Site Acceptance Tests


(a)

Where the Government is satisfied with the results of the PDI of a Vehicle as
notified by the Government to the Contractor in writing, the Contractor shall
deliver the Vehicle, with the fuel tank of such Vehicle filled up to at least 75% full
at the Contractors expense, to the Site in a finished and roadworthy condition on
an F.I.S. basis.

(b)

The Contractor shall comply with the laws of Hong Kong in transporting and
operating each unit of the Vehicles in Hong Kong. Without prejudice to the
generality of the foregoing, the Contractor shall obtain all licences, permits,

Special Conditions of Contract

Page 7 of 31

Tender Ref.: AD200612015


certificates and approvals and take out all insurance as required under the Laws of
Hong Kong for delivering all of the Vehicles to the Site.
(c)

Upon delivery of a Vehicle to the Site, the Contractor shall, at the Contractors
own expense and in the presence of the Government Representative, submit such
Vehicle to inspection and/or testing as prescribed by the Government (Site
Acceptance Tests) for a period of not more than five (5) working days to ensure
that the relevant Vehicle complies with all the requirements of the Contract
including without limitation all mandatory features and where applicable desirable
features stated in the Technical Specifications.

(d)

If the Vehicle or any part thereof fails in the Site Acceptance Tests, the
Government Representative may, unless he elects to exercise any of the
Governments rights under Clause 8(b) of this Part, suspend the Site Acceptance
Tests and direct the Contractor to carry out repairs or replacement of an original
part or unit with a new part or unit or modification of the Vehicle or any part
thereof (Affected Vehicle). On completion of such repairs or replacement or
modifications in accordance with the direction of the Government, the Contractor
shall under witness of the Government Representative retest the Affected Vehicle
to prove to the Government Representative that the relevant Vehicle is in
compliance with all the requirements of the Contract including without limitation
the Technical Specifications. The same procedures shall be repeated either until
the satisfactory completion of the Site Acceptance Tests, or the Government
Representative determines that the Vehicle has passed the test.

(e)

If repeated tests demonstrate that a Vehicle or any part thereof is not in conformity
with the requirements of the Contract including without limitation any of the
mandatory features or where applicable desirable features stated in the Technical
Specifications after seven (7) working days from the date on which such Vehicle
was first submitted to the Site Acceptance Tests, unless the Government elects to
exercise its rights under Clause 8(b) of this Part, the Contractor shall submit a
complete remedial plan to make good the Affected Vehicle for the Government
Representatives approval and upon such approval, the Contractor shall carry out
such remedial plan within the time approved by the Government Representative.
If no such remedial action plan is available or such remedial action plan when
implemented still cannot resolve the root cause of any defect to the satisfaction of
the Government, unless the Government elects to exercise its right under Clause
8(b) of this Part, the Government may proceed to rectify the defect by repair or
replacement, on its own or through a third party service provider. All costs
incurred by the Government arising from such repair or replacement (including
cost of replacement parts and units) shall be borne by the Contractor without
prejudice to any other rights which the Government may have against the
Contractor.

Special Conditions of Contract

Page 8 of 31

Tender Ref.: AD200612015


7.

Not Used

8.

Acceptance and Rejection of a Vehicle


(a)

If the Government is satisfied that a Vehicle has successfully and satisfactorily


passed the FAT, the PDI and the Site Acceptance Tests and that the Vehicle has
met all requirements of the Contract (including all mandatory features and where
applicable desirable features stated in the Technical Specifications, the FAT Test
Plan and the Approved Checklist), the Government shall within twenty (20)
working days issue to the Contractor a certificate to this effect in respect of such
Vehicle (Acceptance Note).

(b)

If any Vehicle(s) fails any of the FAT, the PDI or the Site Acceptance Tests,
whether on the first occasion or any subsequent occasion when the relevant test is
repeated, or the Government is not satisfied that any Vehicle(s) has met all the
requirements of the Contract (including any of the mandatory features or where
applicable desirable features stated in the Technical Specifications, the FAT Test
Plan, and/or the Approved Checklist) (Defective Vehicle(s)), the Government
may, without prejudice to its other rights and claims, by written notice to the
Contractor elect to exercise any of its rights under (i) or (ii) below:
(i)

accept the Defective Vehicle(s) subject to an abatement of the Vehicle Price


for such Defective Vehicle(s); or

(ii)

reject the Defective Vehicle(s).

(c)

If the Government exercises its right under Clause 8(b)(i) of this Part, within
fourteen (14) days after the date of the written notice issued by the Government
pursuant to Clause 8(b)(i) of this Part, the parties shall agree on the amount of
abatement, taking into account all the relevant circumstances. If the parties fail to
reach the agreement within such period, the Government may reject the Defective
Vehicle(s) under Clause 8(b)(ii) of this Part.

(d)

If the Government rejects the Defective Vehicle(s) under Clause 8(b)(ii) of this
Part, the Government may reject all the Vehicles or reject just the Defective
Vehicle(s) and terminate the Contract in relation to all the Vehicles under the
Contract pursuant to Clause 22(a)(v)(4) of this Part or just the Defective Vehicle(s)
only pursuant to Clause 22(c) of this Part. Upon such rejection and termination,
without prejudice and in addition to the other rights and claims of the Government
under the Contract and at law (including those as specified in Clause 23 of this
Part), the Contractor shall forthwith refund to the Government all monies
previously paid to the Contractor under the Contract in respect of all the Vehicles
or just the Defective Vehicle(s) together with interest to accrue in accordance with
Clause 18(i) of this Part.

Special Conditions of Contract

Page 9 of 31

Tender Ref.: AD200612015


(e)

For the avoidance of doubt, the Government may exercise its right of rejection and
termination under Clause 8(d) of this Part in respect of a Vehicle in accordance
with the terms of Clause 8(d) of this Part regardless of the stage by which such
Vehicle has been built and/or passed any of the FAT, the PDI or the Site
Acceptance Tests (if any). Without prejudice to the generality of the foregoing, all
the Vehicle(s) may be rejected under Clause 8(d) of this Part even if only some of
the Vehicles are Defective Vehicles.

(f)

For the avoidance of doubt, nothing done by the Contractor pursuant to the
Contract and no act or omission on the part of the Government shall be construed
as any acceptance of a Vehicle unless and until an Acceptance Note has been
issued in respect of that Vehicle pursuant to Clause 8(a) of this Part.

(g)

Notwithstanding the issuance of any Acceptance Note and any payment of the
Contract Price (or any part thereof), the Government shall be entitled to, any time
within the first twelve (12) months of the Warranty Period in respect of all or any
of the Vehicle(s), reject such Vehicle(s) (Inherently Defective Vehicle(s)) by
giving a notice to this effect to the Contractor if:
(i)

the Inherently Defective Vehicle(s) are in breach of any of the Warranties


set out in Clause 14(a)(i) of this Part, or any of the Warranties set out in
Clauses 2.1(a) to 2.1(c) of the General Conditions of Contract
(GLD-TERMS-1 (December 2015));

(ii)

(1) such breach is not reasonably discoverable in the FAT, the PDI or the
Site Acceptance Tests; or (2) even the breach was discovered, the Contractor
has given assurance or representation to the Government prior to the
Governments acceptance of the Inherently Defective Vehicle(s) that the
defect or non-conformity causing the breach of the relevant Warrant(ies) has
been cured; and

(iii) there is no substantial change in the condition of the Inherently Defective


Vehicle(s) which is not caused by the defect or non-conformity constituting
the breach of any of the Warranties.
(h)

Upon the issuance of a rejection notice pursuant to Clause 8(g) of this Part, the
Government may exercise any of the following rights as indicated by it in the same
rejection notice:
(i)

to require the Contractor to replace the Inherently Defective Vehicle(s) with


brand new units of Vehicle(s) or any parts thereof (Replacement
Vehicle(s)). The Contractor shall conduct the FAT, the PDI, and the Site
Acceptance Tests in respect of the Replacement Vehicle(s) on the same
terms as set out in the Contract but the timetable for doing so shall be
proposed by the Contractor within seven (7) days after the rejection notice
and acceptable to the Government (Replacement Timetable). If no

Special Conditions of Contract

Page 10 of 31

Tender Ref.: AD200612015


Acceptance Note can be issued by the stipulated date in the Replacement
Timetable, or if the Replacement Timetable as proposed by the Contractor is
not acceptable to the Government, the Government may exercise the option
specified in Clause 8(h)(ii) of this Part or the option specified in Clause 8(i)
of this Part; and/or
(ii)

to terminate the Contract pursuant to Clause 22(a)(v)(4) of this Part (if the
Inherently Defective Vehicle(s) relate to all of the Vehicles procured under
the Contract) or partially terminate this Contract pursuant to Clause 22(c) of
this Part (if the Inherently Defective Vehicle(s) only relate to some of the
Vehicles procured under the Contract).

(i)

In lieu of rejecting the Inherently Defective Vehicle(s) pursuant to Clause 8(g) of


this Part, the Government may continue to accept the Inherently Defective
Vehicle(s) provided that an abatement of the Vehicle Price for each of such
Inherently Defective Vehicle(s) shall be agreed between the Government and the
Contractor within fourteen (14) days from the date of the Governments notice to
the Contractor that it is exercising its right under this Clause or within such longer
period as the parties may agree. If the parties fail to reach any agreement on the
amount of the abatement, the Government may reject the Inherently Defective
Vehicles pursuant to Clause 8(g) of this Part.

(j)

Upon rejection by the Government of any Defective Vehicle(s) pursuant to any


applicable provision of this Clause 8 or Clause 17(b) of this Part, the Contractor
shall, at the Contractors own cost and expenses, collect the Defective Vehicle(s)
from the Government premises if the same are in the possession of the
Government within one (1) month after the issue by the Government of the
rejection notice. If the Contractor fails to do so, the Government shall be free to
deal with or dispose of the Defective Vehicle(s) as the Government sees fit and the
Contractor shall reimburse the Government for all costs incurred in doing so.

(k)

For the avoidance of doubt, the right to reject a Defective Vehicle under any
applicable provision of the Contract shall be without prejudice to other rights and
claims of the Government under the Contract or at law (including without
limitation to right to rescind the Contract on ground of misrepresentation).
Without prejudice to the generality of the foregoing and other rights and claims of
the Government, the Government may in lieu of rejecting all or any of the
Defective Vehicles, and regardless of whether it would have been entitled to
proceed with rejection under the applicable provisions, claim indemnity from the
Contractor on the terms set out in Clause 21(b) of this Part in relation to any
breach of the Warranties including those set out in Clauses 2.1(a) to 2.1(c) of the
General Conditions of Contract (GLD-TERMS-1 (December 2015)) or Clause
14(a) of this Part.

Special Conditions of Contract

Page 11 of 31

Tender Ref.: AD200612015


(l)

9.

Nothing in the Contract including without limitation Clause 8(g) of this Part shall
prejudice the Governments right to demand a replacement of all or any part of the
Vehicles in accordance with or pursuant to Clauses 15 and 16 of this Part.

Title, Risks and Insurance


(a)

All title, beneficial ownership, interest to, in and of each Vehicle in respect of
which an Acceptance Note has been issued, shall be and shall remain the exclusive
property of the Government and shall vest in the Government absolutely forthwith
from the issue of such Acceptance Note free and clear of all liens, claims,
mortgages, charges, and any other form of encumbrance, contractual rights, and
third party rights or interest of whatsoever nature.

(b)

Without prejudice to the generality of Clause 9(a) of this Part, all risks to and
arising from each Vehicle shall remain with the Contractor, and shall not pass to
the Government unless and until the issue of the Acceptance Note in respect of
such Vehicle. The Contractor shall be responsible for the due care, custody and
safe keeping of each Vehicle unless and until an Acceptance Note has been issued
in respect of such Vehicle.

(c)

The Contractor shall take out adequate property insurance in respect of each
Vehicle covering its full value whilst it is in transit and after it has arrived in Hong
Kong unless and until the issuance of the Acceptance Note in respect of such
Vehicle. If in relation to a Vehicle, the risks mentioned in Clause 9(b) of this Part
still remain with the Contractor as provided for under that Sub-clause, under no
circumstances whatsoever will the Government be liable or responsible for any
loss or destruction of that Vehicle or any other property or personal injury or death
of any person unless (i) any such loss or destruction of the Vehicle or any other
property is caused after the Vehicle has been delivered to the Site and that such
loss or destruction is due to the Governments gross negligence; or (ii) unless any
personal injury or death of any person is caused by the negligence (as defined in
the Control of Exemption Clauses Ordinance (Chapter 71 of the Laws of Hong
Kong)) of the Government.

10. Spare Parts


(a)

In respect of each Vehicle, the Contractor hereby undertakes to maintain adequate


stock of all spare parts and replacement units and components (including those
listed out in the comprehensive list of spare parts attached to Schedule G (Price
Terms for the Supply of Spare Parts) (collectively, Spare Parts) as are
necessary to ensure the good and proper functioning and operation of each such
Vehicle and to ensure that each such Vehicle will at all times be maintained in
good working order and in accordance with the Contract for a period commencing
from the date of the first Acceptance Note and expiring not less than nine (9) years

Special Conditions of Contract

Page 12 of 31

Tender Ref.: AD200612015


after the date of the last Acceptance Note issued by the Government pursuant to
Clause 8(a) of this Part (Spare Part Supply Period). The undertaking in this
Clauses 10(a) and 10(c) and 10(d) shall survive and continue notwithstanding the
expiry or early termination of the Contract Period specified in Clause 1 of this
Part. In the event that the Contractor appoints the local agent to perform the
warranty repair and after-sales services, the Contractor undertakes that it shall
ensure that the local agent will be supplied and maintain adequate stock of spare
parts and replacement units and components as specified in this Clause.
(b)

Upon request by the Government made at any time during the Fixed Price Period,
the Contractor shall forthwith supply and deliver to the Government such Spare
Parts as required by the Government within one (1) month from the date of the
order for such Spare Parts based on the prices quoted and fixed in the
comprehensive list of spare parts submitted by the Contractor in Part 1 of Schedule
G (Price Terms for the Supply of Spare Parts). Under no circumstances
whatsoever will the Government agree to any request for any upward adjustment
to the fixed unit price set out in the comprehensive list of spare parts attached to
Part 1 of Schedule G (Price Terms for the Supply of Spare Parts) within the Fixed
Price Period. After the expiry of the Fixed Price Period, the price of the Spare
Parts to be supplied during the Spare Part Supply Period shall be based on the
price quoted in the manufacturers prevailing master list.

(c)

Without prejudice to any other provision of the Contract, the Contractor warrants
that each Spare Part provided by the Contractor to the Government complies with
the Technical Specifications and the Warranties.

(d)

The Contractor shall submit to the Government, free of all charges, up-to-date
manufacturers master list on the Spare Parts within two (2) weeks after any
change is made to the manufacturers master list anytime during the Spare Part
Supply Period.

11. Documentation and Publications


(a)

The Contractor shall supply free of charge to the Government the following
documentation (collectively, Documentation) in hard copy:
(i)

one (1) set of detailed electrical circuit, water piping and pneumatic (where
applicable) diagrams of the Vehicles (totally one (1) set under the Contract);

(ii)

one (1) weight test certificate in respect of each completed Vehicle


measured in unladen and laden conditions with the fuel tank filled up to at
least 75% full;

(iii) one (1) brake test certificate in respect of each completed Vehicle under
fully laden conditions;
Special Conditions of Contract

Page 13 of 31

Tender Ref.: AD200612015

(iv)

five (5) sets of operation and maintenance workshop manuals (preferably in


traditional Chinese but English version is also acceptable), which shall
include all the equipment, including all monitors and protection nozzles,
water tank, water pump, pump engine set, foam proportioning unit, tear gas
system, dye stuff system, and pressurizing and air filtering system etc. as
required in the Technical Specifications;

(v)

five (5) sets of parts catalogues (preferably in traditional Chinese but


English version is also acceptable), which shall include all the vehicle
chassis, transmission, vehicle electric, engine and equipment as required in
the Technical Specifications;

(vi)

two (2) sets of drivers handbooks in both English and traditional Chinese.
The handbook shall cover, but not be limited to, operation procedures and
troubleshooting during operation; and

(vii) in addition to (vi) above, one (1) set of drivers handbook in both English
and traditional Chinese for each Vehicle.
The documents of (ii), (iii) and (vii) above shall be supplied at the time when the
relevant Vehicle is delivered to the Site. The documents of (i), (iv), (v) and (vi)
above shall be supplied at the same time when the first Vehicle is delivered to the
Site. Unless otherwise specified above, the Documentation shall be in either
English or traditional Chinese.
(b)

The Contractor shall also provide a soft copy of the manuals, handbooks and
catalogues stated in (iv), (v) and (vi) above, in compact disc (CD) or digital
video disc (DVD) format, at the same time when the first Vehicle is delivered
to the Site.

12. Body Construction and Inspection


The body construction work, including body finishing and markings (if any), shall be
carried out by the Body Builder (if it is a different person from the Contractor) and
according to the work programme as specified in Schedule E (Body Construction).

13. Training and Demonstrations


(a)

The Contractor shall arrange and provide (at no additional charge to the
Government as the Vehicle Price already covers them) the following training
courses and conduct demonstrations for drivers, operators and staff nominated by
the Government at a venue provided by the Government. The Contractor shall
submit a training proposal for the consideration and approval by the Government

Special Conditions of Contract

Page 14 of 31

Tender Ref.: AD200612015


Representative at least six (6) weeks before the intended delivery date to the Site
for the first Vehicles (First Delivery Date). The training proposal shall clearly
specify the scope, content, duration and the time and date for holding each type of
the training courses mentioned below:
(i)

Four (4) one-day operation training courses, with training handouts in both
English and traditional Chinese, shall be conducted in Cantonese and
supplemented by English, if necessary, for a maximum of fifteen (15)
persons per training course in Hong Kong. The courses shall cover the
design, detailed operation and control of the Vehicles, full understanding of
all control systems, special tools, equipment and explanation on daily
servicing schedule and safety precaution for the drivers and operators;

(ii)

two (2) two-day comprehensive maintenance training courses, with training


handouts in both English and traditional Chinese, shall be conducted in
Cantonese and supplemented by English, if necessary, for a maximum of
fifteen (15) persons per training course at locations specified by the
Government Representative. The courses shall focus on not only the
maintenance of the Vehicles but also application of special tools and
equipment such as hands-on diagnosis system to test the Vehicles.

(iii) three (3) video compact discs or DVD-recordable, in Cantonese, on how to


operate the Vehicle and equipment shall be provided to the Government
within one (1) week after the First Delivery Date.
The Contractor shall issue a certificate to each trainee within two (2) weeks upon
satisfactory completion of the training.
(b)

The Contractor shall provide, free of all charges to the Government, one (1) hard
copy and one (1) soft copy in portable document format or other equivalent format
of training aids (such as training videos) and course materials to each of the
trainees for the operation training courses and the comprehensive maintenance
training courses. All training materials shall be in both English and traditional
Chinese.

(c)

The Contractor shall, free of all charges to the Government, take videos and photos
and edit the movie clips on testing and commissioning of the Vehicles, the
operation training courses and the comprehensive maintenance training courses for
the subsequent Governments in-house training.

(d)

The Contractor shall bear all costs for any damage that may be caused due to
malfunction and/or system failure of the Vehicles in the demonstrations.

Special Conditions of Contract

Page 15 of 31

Tender Ref.: AD200612015

14. Representations and Warranties


(a)

Without prejudice to Clause 2 of the General Conditions of Contract


(GLD-TERMS-1 (December 2015)), the Contractor hereby warrants that:
(i)

each of the Vehicles shall be of merchantable quality and shall be fit for the
purposes for which it is intended throughout the Warranty Period and also
the serviceable life of at least nine (9) years of the Vehicle (Serviceable
Life). Without prejudice to the generality of the foregoing, each of the
Vehicles shall be safe and fit for the purpose of police operation throughout
the Warranty Period and the Serviceable Life of that Vehicle. The
Contractor agrees and acknowledges that the Government relies on the
professional judgement and skill of the Contractor to ensure that the Goods
are in compliance with all of the aforementioned requirements;

(ii)

the Vehicles shall conform to all applicable laws of Hong Kong including
without limitation the Road Traffic Ordinance (Chapter 374 of the Laws of
Hong Kong), and all of its subsidiary legislation, and all other Ordinances
and subsidiary legislation of Hong Kong in the versions as they exist on the
actual date such Vehicle shall become Ready to Use; and

(iii) upon issuance of an Acceptance Note in respect of a Vehicle, the


Government shall obtain good and marketable title to such Vehicle on the
terms set out in Clause 9(a) of this Part.
(b)

Notwithstanding Clause 2.2 of the General Conditions of Contract


(GLD-TERMS-1 (December 2015)), the Warranties set out in Clauses 2.1(a) to
2.1(c) of the General Conditions of Contract (GLD-TERMS-1 (December 2015))
shall be true throughout the Warranty Period and the Serviceable Life of a Vehicle
as these Warranties apply to such Vehicle. Reference to Warranties shall
include the warranties as set out in Clause 14 of this Part. For the avoidance of
doubt, without prejudice to each of the Sub-clauses in Clause 22(a) of this Part, all
of the Warranties are conditions of the Contract where the non-compliance with
any of which entitles the Government, if it so chooses, to reject the Goods and
terminate the Contract in accordance with the applicable provisions of the Contract
or otherwise by virtue of its rights at law.

15. Warranty Repair and After-sales Services


(a)

Without prejudice to the rights and claims of the Government arising from any
breach of the Warranties under the Contract or at law, throughout the Warranty
Period in respect of each Vehicle, the Contractor undertakes to provide all such
warranty repair and after-sales services in Hong Kong for such Vehicle as

Special Conditions of Contract

Page 16 of 31

Tender Ref.: AD200612015


necessary to ensure that the Warranties specified in Clause 14(a) of this Part and
Clauses 2.1(a) to 2.1(c) of the General Conditions of Contract (GLD-TERMS-1
(December 2015)) shall continue to be complied with and observed; and that the
Vehicle shall continue to operate in its full and proper working condition. The
warranty repair and after-sales services shall be provided in accordance with the
Contract including Clause 15 and Clause 16 of this Part, and any such additional
warranty repair and after-sales services stated offered by the Contractor (if any) in
its Tender or by the Contractor or the Body Builder or manufacturer of the Vehicle
or chassis or any individual equipment of the Vehicles from time to time which are
wider in scope than those as specified herein.
(b)

In the event of any defect, or mal-function or deficiency of any Vehicle or any part
thereof being discovered during the Warranty Period, the Contractor shall repair or
arrange and procure the repair of, the defect, mal-function or deficiency, or at the
option of the Government, replace or arrange and procure the replacement of all
defective or mal-functional or deficient parts of the Vehicle with brand new Spare
Parts to the satisfaction and at no cost to the Government. The warranty repair
services to be provided during the Warranty Period shall include the provision of
all Spare Parts and labour free of charge to the Government.

(c)

Unless the Government requires that they be returned to the Government, the
Contractor may dispose of those spare parts which have been replaced in whatever
manner as the Government sees fit. If the replaced part is at the Government
premises but the Contractor has failed to collect it within the period notified by the
Government, the Government shall be at liberty to deal with the replaced part in
whichever manner the Government considers fit.

(d)

During the Warranty Period, the Contractor shall respond to the Governments
fault reports by attending on site within 24 hours.

(e)

After being notified by the Government of any defect or mal-function or


deficiency in relation to the Vehicle or any part thereof which cannot be rectified
on site or after the Contractors on-site attendance it is discovered that the defect or
mal-function or deficiency cannot be rectified on site, the Contractor shall
forthwith collect the Vehicle from the site or the maintenance service provider on
Hong Kong Island, in Kowloon and the New Territories or on outlying Islands as
the Government may notify, at no cost to the Government and without delay. The
Contractor shall conduct the repair or replacement of all defective or malfunctional or deficient parts of the Vehicle at the workshop. After completion of
the repair or replacement of all defective or mal-functional or deficient parts of the
Vehicle, the Contractor shall return the repaired Vehicle back to the site of
collection or any location as the Government may specify.

(f)

If any defects or malfunction or deficiency is not made good within 72 hours after
the Contractor (or where applicable the local agent) has been notified of the same,
the Government may proceed to rectify the defects by repair or replacement, on its

Special Conditions of Contract

Page 17 of 31

Tender Ref.: AD200612015


own or through a third party service provider. All costs incurred by the
Government arising from such repair or replacement (including cost of
replacement parts and units) shall be borne by the Contractor without prejudice to
any other rights which the Government may have against the Contractor.
(g)

The Contractor shall be liable to perform all of its obligations under this Contract
including this Clause 15 regardless of whether or not the Vehicles, or any part
thereof, were manufactured by it. If it is not the manufacturer, without prejudice
to its obligations under this Contract, the Contractor shall ensure that the
manufacturer of all or any parts of the Vehicles provide the same warranty repair
and after-sales services as mentioned in this Clause 15 upon the demand of the
Government as if references to the Contractor mean such manufacturer.

(h)

The Vehicles will have to travel on rough and steep terrain. The anticipated
travelling distance for each Vehicle will be up to 20,000 km per year.

(i)

The Contractor shall provide technical support to the Government during and after
the Warranty Period, in particular in respect of defect, fault and/or failure in
connection with the use of the Vehicles during the Serviceable Life of each of the
Vehicles of nine (9) years.

(j)

Where a local agent is specified in Schedule D (Detail of Local Support), the


Contractor shall ensure that all of the services specified in Clauses 15 and 16 are
performed by such local agent at the Workshop as specified in Part 1 of
Schedule D (Details of Local Support). The local agent/Workshop shall not be
replaced unless prior written approval has been given by the Government
Representative. In the event that the Contractor proposes to appoint a new local
agent and/or Workshop to undertake the warranty repair and after-sales services,
the Contractor shall, at least three (3) months before the proposed change, submit
details of the proposed Workshop which Workshop facilities and manpower shall
meet the requirements as specified in Paragraph 8 of the Terms of Tender
(Supplement) to the Government Representative for approval. The appointment or
replacement of any local agent and/or Workshop to undertake the warranty repair
and after-sales services shall not relieve the Contractor from any liability or
obligations under this Contract and the Contractor shall be responsible for the acts,
omissions, defaults and negligent of the local agent and/or the Workshop
(including any staff of the Workshop), as fully as they were the acts, omissions,
defaults or neglect of the Contractor.

16. Availability
(a)

The Contractor shall submit an availability report for each of the following periods
for each of the Vehicles until completion of the Warranty Period for that Vehicle.
The vehicle availability in respect of each Vehicle shall not be less than 97%
(Availability) in each of these periods:

Special Conditions of Contract

Page 18 of 31

Tender Ref.: AD200612015

(i)

first year counting from the date of the Acceptance Note in respect of that
Vehicle;

(ii)

second year counting from the date of the Acceptance Note in respect of
that Vehicle;

(iii) third year counting from the date of the Acceptance Note in respect of that
Vehicle;
(iv)

additional free warranty period provided by the Contractor in Schedule C


(Product Information), if any; and

(v)

each six-month extension to the Warranty Period, pursuant to Clause 16(b)


of this Part (if any).

The calculation formula for the availability for the Vehicle is:
Availability = 100% x (1 Note:

Accumulated down time due to warranty repair(Note) in days


Number of days within the reporting period

The warranty repairs can mean repairs or replacement done by the


Contractor or separately arranged by the Government and notified to the
Contractor for compiling the availability report.

(b)

In the event that in respect of any of the periods specified in Clause 16(a) of this
Part, any one Vehicle fails to meet the 97% Availability, the Contractor shall
provide for free six (6) months extension of the Warranty Period for such failure
of the Availability threshold in respect of each of the Vehicles. The extension to
the Warranty Period will take effect upon expiry of the original Warranty Period
(as last extended (if any)). Each breach of the Availability shall give one
extension as aforesaid, and multiple breaches of the Availability during the
Warranty Period (whether before or after any extension) shall give multiple
extensions subject to a cap of twenty-four (24) months of total extensions per
Vehicle.

(c)

During the Warranty Period, if there is an increasing trend of warranty repairs or


any lengthy down time is encountered due to warranty repairs whether in respect
of one or more Vehicle(s), the Contractor shall identify the root cause of the defect
to the satisfaction of the Government Representatives. When such root causes are
identified, the Contractor shall propose and implement a remedial action plan to
the satisfaction of the Government. The Contractor shall be responsible for
repairing the defect after the Warranty Period if the remedial action plan has not
been completed. If no such remedial action plan is available or such remedial
action plan when implemented still cannot resolve the root cause of the defect, the

Special Conditions of Contract

Page 19 of 31

Tender Ref.: AD200612015


Government may proceed to rectify the defects by repair or replacement, on its
own or through a third party service provider in respect of all Vehicle(s) affected
by the defect. All costs incurred by the Government arising from such repair or
replacement (including cost of replacement parts and units) shall be borne by the
Contractor without prejudice to any other rights which the Government may have
against the Contractor.

17. Delays in Delivery of Vehicles


(a)

If the Contractor fails to deliver to the Government a Ready to Use Vehicle by the
Deadline Delivery Date applicable to that Vehicle (Delayed Vehicle), the
Contractor shall pay to the Government within seven (7) days from the date of
demand, as and by way of liquidated damages, for the losses and damage sustained
by the Government resulting from the delay during the period from the Deadline
Delivery Date for that Delayed Vehicle to the date on which the Contractor
actually delivers to the Government the Delayed Vehicle in Ready to Use
condition, a sum of 0.5% of the Vehicle Price of that Vehicle, for each week of
such delay up to a total maximum of 10% of the Vehicle Price of that Delayed
Vehicle. Subject to the provisions of Clause 17(b) of this Part, the payment of
such sums shall be in full satisfaction of the Contractor's liability for such delay.
The payment of liquidated damages shall not relieve the Contractor from its
obligation to deliver to the Government the Vehicles in Ready to Use condition or
from any other liability or obligations under this Contract.

(b)

If the Contractor fails to deliver a Delayed Vehicle(s) or any part thereof in Ready
to Use condition within ninety 90 days after the applicable Deadline Delivery
Date, notwithstanding anything else contained in this Contract, the Government
shall be entitled to reject the Delayed Vehicle(s) and:
(i) if all Vehicles are Delayed Vehicles, the Government may at its sole
discretion, reject all Vehicles and terminate the Contract pursuant to
Clause 22(a)(v)(5) of this Part. Upon such rejection and termination, without
prejudice and in addition to the other rights and claims of the Government
under the Contract and at law (including those as specified in Clause 23 of
this Part), the Contractor shall forthwith refund to the Government all monies
previously paid to the Contractor under the Contract whether in respect of all
the Vehicles together with interest to accrue in accordance with Clause 18(i)
of this Part; and
(ii) if the Delayed Vehicle(s) forms only part of all Vehicles, the Government
may, at its sole discretion, reject just the Delayed Vehicle(s) and terminate the
Contract in relation to the Delayed Vehicle(s) only pursuant to Clause 22(c)
of this Part. Upon such rejection and termination, without prejudice and in
addition to the other rights and claims of the Government under the Contract
and at law (including those as specified in Clause 23 of this Part), the

Special Conditions of Contract

Page 20 of 31

Tender Ref.: AD200612015


Contractor shall forthwith refund to the Government all monies previously
paid to the Contractor under the Contract in respect of the Delayed Vehicle(s)
together with interest to accrue in accordance with Clause 18(i) of this Part.

18. Payment Terms


(a)

Payment for the Contract Price shall be made in accordance with the payment
timetable set out in the Schedule A (Price Schedule).

(b)

All demands for payment shall be supported by commercial invoices and


documentation in relation to the completion of the services / work at each stage.

(c)

For a Contractor outside Hong Kong, payment will be made by telegraphic transfer
to the Contractors bank account as specified in Schedule B (Payment Terms). All
charges imposed by the banks outside Hong Kong shall be borne by the
Contractor. In addition, any charges imposed by the banks in Hong Kong for
carrying out any special request(s) by the Contractor shall be borne by the
Contractor, or the Contractor shall reimburse the Government for the same if the
Government has settled such charges with the bank.

(d)

The Contract Price is the only sum of money payable by the Government under the
Contract. All costs and expenses incurred by the Contractor whether or not
purportedly in discharge of its obligations under the Contract shall be borne by the
Contractor.

(e)

Notwithstanding anything in the Contract to the contrary, the Contract Price (or
any installment thereof) will only be paid within 30 days after (a) the due date for
such Contract Price (or an installment thereof), and (b) the Governments
acceptance of the Contractors invoice for such Contract Price (or an installment
thereof) amount which shall have included all proper deductions as required under
the Contract, whichever (a) or (b) is the later.

(f)

The invoice for the Contract Price (or an installment of the Contract Price) shall be
issued after the relevant events corresponding to such amount as specified in the
payment schedule referred to in Clause 18(a) of this Part have been completed.
The invoice shall be addressed to the Director of Electrical and Mechanical
Services, Vehicle Technical Services Section, Vehicle Engineering Sub-division,
Electrical and Mechanical Services Department, 6/F., 3 Kai Shing Street, Kowloon
Bay, Kowloon, Hong Kong.

(g)

The Government shall not be held responsible or liable for any delay in payment
and no interest or other surcharge or any other payment howsoever described shall
be charged to the Government due to (i) invoices not having been issued in
accordance with Clause 18(f) of this Part, or (ii) the invoiced amount not having
been duly calculated in accordance with the provisions of the Contract (including

Special Conditions of Contract

Page 21 of 31

Tender Ref.: AD200612015


without limitation not having taken into account all applicable deductions), or (iii)
the Contractor disputing any deductions or withholding made by the Government
pursuant to the Contract. Each invoice shall include deductions which may be
made pursuant to the terms of the Contract (including without limitation any
amount of liquidated damages payable under Clause 17(a) of this Part) and shall
show the net amount payable after taking into account all deductions. If the
Contractor does not render an invoice charging a correctly stated net amount due
to its failure to take into account all appropriate deductions or otherwise, the
Government may, but is not obliged to, pay the net amount which duly takes into
account all appropriate deductions.
(h)

In the event that the Contractor fails to pay any sum of money on the date it falls
due or upon demand by the Government under the Contract, it shall pay interest on
such sum to accrue from the due date up to the date of actual payment in full at the
rate of 5% above the rate per annum as announced by The Hongkong and
Shanghai Banking Corporation Limited from time to time to be its prime lending
rate for Hong Kong dollars. Such interest shall accrue on a daily basis in a year of
365 days.

(i)

Any other interest specified as payable in other parts of the Contract (including
Clauses 8(d), 8(h), 17(b) and 23(a)(iv) of this Part) shall equally be chargeable at
the same rate as mentioned in Clause 18(h) of this Part to accrue from the date(s)
of receipt by the Contractor of the relevant sum(s) up to the date of actual refund
by the Contractor to the Government of such sum(s).

(j)

If the prices are quoted in US dollars, unless otherwise specified by the Contractor
and agreed by the Director of Government Logistics, payment to the Contractor
will be made in Hong Kong dollars and the conversion rate of US dollars to Hong
Kong dollars shall be based on the official opening selling rate quoted by The
Hongkong and Shanghai Banking Corporation Limited ruling on the date of
payment by the Government.

19. Contract Deposit


(a)

Pursuant to Clause 16 of the General Conditions of Contract (GLD-TERMS-1


(December 2015)), if the Contract Deposit is to be paid by bankers guarantee, it
must be on the terms set out at Annex C.

(b)

If the Contract Deposit is paid by way of a bankers guarantee, the bankers


guarantee shall be discharged and released in accordance with its terms. If the
Contract Deposit is paid by way of cash, if any is remaining, the balance shall be
returned to the Contractor without interest in accordance with the same applicable
date as the bankers guarantee may be released as specified in Clause 7 of
Annex C.

Special Conditions of Contract

Page 22 of 31

Tender Ref.: AD200612015

20. Packing
(a)

Adequate Packing
The Contractor shall provide packing for the Goods to prevent their damage or
deterioration during transit to the final destination.

(b)

Special Packing Requirements


The packing, marking and documentation within and outside the packages shall
comply strictly with any special requirements in the Contract or in any subsequent
instructions by the Government Representatives and, where appropriate, with
applicable regulations governing the despatch of hazardous cargo by sea, air or
overland.

(c)

Special Instructions
In the event that compliance with the Governments instructions concerning
packing issued subsequent to the commencement of the Contract involves an
alteration in the cost of, and/or in the period required for delivery, the Vehicle
Price and/or of the Deadline Delivery Date may be revised accordingly and shall
be agreed in writing between the parties to the Contract. In all other respects the
Contract shall remain unaltered.

21. Liability and Indemnity


(a)

(b)

Neither the Government nor any of its employees or agents shall be under any
liability whatsoever for or in respect of:
(i)

any loss of or damage to any of the Contractors property or that of its


employees, agents or sub-contractors howsoever caused whether by any act,
omission, default or Negligence of the Government or any of its employees
or agents or otherwise; or

(ii)

any injury to or death of any of the Contractors employees, agents or subcontractors save and to the extent any such injury or death is caused by the
Negligence of the Government or any of its employees (in which case the
Government will be liable or vicariously liable for any such injury or death)
in the course of their employment.

Without prejudice to Clause 21(a) of this Part, the Contractor shall indemnify each
of the Government and its public officers (each an Indemnified Party) and keep
each Indemnified Party fully and effectively indemnified from and against (i) all
and any claims (whether or not successful, compromised or settled), actions or
proceedings threatened, brought or instituted against Indemnified Party (whether
or not successful, compromised or settled) (collectively, Third Party Claims);
and (ii) all and any liabilities (including liability to pay compensation or damages),

Special Conditions of Contract

Page 23 of 31

Tender Ref.: AD200612015


indebtedness, damage, costs, losses, charges and expenses (including but without
limitation those incurred arising from any Third Party Claims, and all legal, expert
and other costs and expenses, on a full indemnity basis, whether incurred by an
Indemnified Party in any Third Party Claims or in initiating or defending any other
claim, counter-claim, action or proceeding), which in any case arise directly or
indirectly from, or in connection with, or out of, or which relate in any way to:
(i)

the negligence, recklessness or wilful misconduct of the Contractor or any of


its employees, agents or sub-contractors;

(ii)

the failure of the Contractor to comply with or observe any terms or


conditions of this Contract;

(iii) any Warranty set out in Clause 2.2 of the General Conditions of Contract
(GLD-TERMS-1 (December 2015)) or Clause 14(a) of this Part is untrue,
incomplete or inaccurate;
(iv)

failure of the Contractor or any of its employees, agents or sub-contractors


to comply with or observe any law and regulation in the performance of the
Contract;

(v)

any act or omission of the Contractor or any of its employees, agents or subcontractors in the performance of the Contract notwithstanding that the
Contractor is authorised or obliged to do or commit any such act or omission
under this Contract;

(vi)

any loss, damage, injury or death referred to in Clause 21(a) of this Part save
and except injury or death caused by the Negligence of the Government or
any of its employees in the course of employment; or

(vii) any injury or death of any third party, or any loss of or damage to property
sustained by any third party, in consequence of any act, omission, default or
negligence of the Contractor or any of its employees, agents or subcontractors.
(c)

For the purposes of Clause 21(a) and Clause 21(b)(vi) of this Part, but not
otherwise, Negligence shall have the same meaning given to it in Section 2(1) of
the Control of Exemption Clauses Ordinance (Chapter 71 of the Laws of Hong
Kong). Each of Clauses 21(b)(i) to 21(b)(vii) of this Part shall be construed
independently and shall not be limited or restricted by reference to or inference
from any other provision of this Contract.

Special Conditions of Contract

Page 24 of 31

Tender Ref.: AD200612015

22. Termination of the Contract


(a)

Without prejudice to any other rights and claims of the Government under the
Contract or at law, the Government shall be entitled to terminate the Contract by
giving a seven (7) days notice to the Contractor if:
(i)

the Contractor fails to observe or perform any of the terms and conditions of
the Contract (including any of the Warranties (viz those as set out in Clause
2.1 of General Conditions of Contract (GLD-TERMS-1 (December 2015))
and in Clause 14(a) of this Part) and (in the case of a breach capable of being
remedied) has failed to remedy the breach to the satisfaction of the
Government within fourteen days (or such longer period as the Government
may, in its sole discretion, allow) after the issuance by the Government to
the Contractor of a notice in writing requiring it to do so;

(ii)

a petition is presented or a proceeding is commenced or an order is made or


an effective resolution is passed for the winding-up, insolvency, bankruptcy,
administration, reorganisation, reconstruction, or dissolution of the
Contractor other than for the purpose of a solvent reconstruction or
amalgamation previously approved by the competent authority in writing, or
the Contractor makes any composition or arrangement with creditors; or a
receiver, administrator, trustee or similar officer has been appointed in
respect of the Contractor or all or any part of its business or assets;

(iii) the Contractor abandons the Contract in part or in whole;


(iv)

the Contractor assigns or transfers or purports to assign or transfer all or any


part of the Contract or all or any of its rights or obligations thereunder
without the prior written consent of the Government;

(v)

any event or circumstance occurs which enables the Government to


terminate the Contract under any one of the following provisions:
(1)

Clause 15.8(a) (Intellectual Property Rights) of the General


Conditions of Contract (GLD-TERMS-1 (December 2015));

(2)

Clauses 16.3 and 16.10 (Contract Deposit) of the General Conditions


of Contract (GLD-TERMS-1 (December 2015));

(3)

Clause 23.3 (Probity) of the General Conditions of Contract (GLDTERMS-1 (December 2015));

(4)

Clause 8(d) or Clause 8(h)(ii) (Acceptance and Rejection of a Vehicle)


of this Part;

Special Conditions of Contract

Page 25 of 31

Tender Ref.: AD200612015

(vi)

(5)

Clause 17(b)(i) (Delays in Delivery of Vehicles) of this Part; or

(6)

Clause 27(f) (Force Majeure) of this Part;

there is any claim as referred to in Clause 15.8 of the General Conditions of


Contract (GLD-TERMS-1 (December 2015)) and instead of electing only to
terminate the Contract in respect of the Goods not yet received by the
Government, the Government elects to terminate the entire Contract in
respect of all Goods regardless of whether or not they have been delivered
(which for the avoidance of doubt the Government is entitled to do
notwithstanding Clause 15.8(a) of the General Conditions of Contract
(GLD-TERMS-1 (December 2015))); or

(vii) the Contractor or any officer (including director), employee or agent of the
Contractor commits an offence under the Prevention of Bribery Ordinance
(Chapter 201 of the Laws of Hong Kong) or any law of a similar nature in
relation to the Contract or any other contract made by the Contractor with
the Government.
(b)

Each of the grounds entitling the Government to terminate the Contract as


specified in Clause 22(a) of this Part shall be construed independently and shall
not be limited or restricted by reference to or inference from any other ground or
any other provision of this Contract.

(c)

Instead of terminating the Contract in relation to all of the Vehicles pursuant to


Clause 22(a) of this Part, the Government may elect, but is not obliged, to
terminate the Contract in relation to one or more but not all of the Vehicles
(Terminated Vehicles) in light of any of the events specified in Clause 22(a)
above or otherwise pursuant to Clause 8(d) or Clause 8(h)(ii) or Clause 17(b) of
this Part (Partial Termination).

23. Consequences of Termination


(a)

Upon expiry or early termination of the Contract (howsoever occasioned)


(Termination):
(i)

the Contract shall be of no further force and effect, but without prejudice to:
(1)

the Governments rights and claims under the Contract or otherwise at


law against the Contractor arising from antecedent breaches of the
Contract by the Contractor (including any breach(es) which entitle the
Government to terminate the Contract);

(2)

the rights and claims which have accrued to a party prior to the
Termination; and

Special Conditions of Contract

Page 26 of 31

Tender Ref.: AD200612015


(3)

(ii)

the continued existence and validity of those provisions which are


expressed to or which in their context by implication survive the
Termination (however occasioned);

the Government shall not be responsible for any claim, legal proceeding,
liability, loss (including any direct or indirect loss, any loss of revenue,
profit, business, contract or anticipated saving), damages (including any
direct, special, indirect or consequential damages of whatsoever nature) or
any cost or expense, suffered or incurred by the Contractor arising out of or
in relation to the Termination;

(iii) without prejudice to the other rights and claims of the Government including
the right to seek indemnity under Clause 21(b) of this Part, the Contractor
shall be liable for all losses, damages, costs and expenses incurred by the
Government arising from the Termination including without limitation (1)
the excess contract price payable by the Government for procuring similar
goods and/or spare parts and/or services under a separate contract in
comparison with the Contract Price for such Goods or the prices for the
Spare Parts submitted by the Contractor in Schedule G (Price Terms for the
Supply of Spare Parts) which could have been procurable or provided
hereunder during the Fixed Price Period; (2) in the case of the warranty
repair and after-sales services during any uncompleted part of the Warranty
Period after the Termination, the Contractor shall be liable to compensate
the Government the full cost incurred by the Government for procuring such
services from another contractor (or from within the Government); (3) all
additional maintenance and running costs (including fuel costs) incurred by
the Government for the existing fleet of vehicles which cannot yet be
replaced pending the procurement of replacement Vehicles; and (4) all
administrative and legal costs incurred by the Government arising from the
Termination;
(iv)

the Contractor shall forthwith refund all portion of the Contract Price in
respect of all of the Vehicles which has been paid by the Government plus
interest to accrue at the rate specified in Clause 18(i) of this Part;

(v)

the Contractor shall remove those Goods which have been rejected by the
Government (if any) from the Governments premises at the Contractors
own cost and expenses without delay; and

(vi)

at the request of the Government, the Contractor shall enter into and perform
all deeds of assignment, transfer or novation in favour of the Government or
in favour of any person whom the Government may designate, for the
assignment, transfer or novation of any contract, arrangement or other
subject matter whatsoever on such terms and conditions as the Government
may stipulate; and procure any other third party whom the Government
considers necessary for effecting or perfecting such assignment, transfer or

Special Conditions of Contract

Page 27 of 31

Tender Ref.: AD200612015


novation to enter into and perform any such deeds of assignment, transfer or
novation.
(b)

Upon a Partial Termination pursuant to Clause 22(c) of this Part:


(i)

(ii)

the provisions in the Contract to the extent they apply or concern or relate to
the Terminated Vehicles shall be of no further force and effect, but without
prejudice to:
(1)

the Governments rights and claims under the Contract or otherwise at


law against the Contractor arising from antecedent breaches of the
Contract by the Contractor;

(2)

the rights and claims which have accrued to a party prior to the Partial
Termination; and

(3)

the continued existence and validity of all remaining provisions of the


Contract.

the same consequences specified in Clause 23(a) above (apart from Clause
23(a)(i)) above shall apply save that references to Termination shall mean
Partial Termination; references to Goods shall mean the Terminated
Vehicles and Optional Items for such Terminated Vehicles; references to
Vehicles shall mean Terminated Vehicles.

24. Sub-contracts
(a)

Without prejudice to Clause 27 of the General Conditions of Contract (GLDTERMS-1 (December 2015)), unless the Government raises any objection, the
Contractor shall appoint the sub-contractor(s) (if any) specified in the Schedule D
(Details of Local Support) and Schedule E (Body Construction) to undertake such
part of the work as specified therein. The sub-contractor(s) shall not be replaced
unless prior written approval has been given by the Government.

(b)

If requested by the Government,


(i)

the Contractor shall promptly provide the Government with copies of any
sub-contracts; and/or

(ii)

the Contractor shall procure that, at the time of entering into the written subcontract, the sub-contractor shall enter into a warranty agreement with the
Government in the form appearing at Annex D.

Special Conditions of Contract

Page 28 of 31

Tender Ref.: AD200612015

25. Further Assurance


The Contractor shall, forthwith upon the first written request of the Government, do all
such things and execute all such deeds and documents as the Government may deem
necessary or desirable to implement or to give legal effect to the provisions of the
Contract and transactions provided for or contemplated under the Contract.

26. Amendment
Notwithstanding Clause 17 of the General Conditions of Contract (GLD-TERMS-1
(December 2015)), unless in the sole opinion of the Government any proposed
modification is substantial, the Government reserves the right to stipulate modifications
of the Technical Specifications and to require the Contractor to comply with such
modifications to the Technical Specifications any time prior to acceptance of the results
of the FAT for the Vehicles. Unless in the sole opinion of the Government the
modification is substantial, no extension shall be granted to the Deadline Delivery Date
and no additional compensation shall be payable to the Contractor or any other person
due to such modifications. Where in the Governments sole opinion a proposed
modification is substantial, the Government will seek the agreement of the Contractor
concerning the scope of such modification, any reasonable extension to the Deadline
Delivery Date and any resulting increase or decrease in the Vehicle Price arising from
such modification as set out in a supplemental agreement to be entered into between the
parties.

27. Force Majeure


(a)

If the Contractor becomes aware of any matter likely to constitute a Force Majeure
event, the Contractor shall forthwith notify the Government in writing of that
matter and all relevant particulars within seven (7) days after the occurrence of the
Force Majeure event. The notice to be given shall set out the full particulars of the
Force Majeure event including its nature, extent, reasons why the Force Majeure
event has and/or will materially prevent it from performing the Contract or such
part thereof, and likely duration of such material prevention. A notice issued by
the Contractor pursuant to this Clause 27(a) is hereinafter referred to as the
Suspension Notice.

(b)

Provided the Government is satisfied with the Contractors claim of a Force


Majeure as stated in a Suspension Notice which has materially prevented and will
continue to materially prevent it from performing its obligations under the
Contract or such part thereof, the Contract or such part thereof strictly to the extent
of such prevention shall be suspended during the subsistence of such Force
Majeure commencing from a date to be agreed between the parties (Suspension
due to the Force Majeure).

Special Conditions of Contract

Page 29 of 31

Tender Ref.: AD200612015

(c)

Following the issue of a Suspension Notice by the Contractor to the Government


(as the case may be), the Contractor shall keep the Government informed once
every two (2) weeks or such later date as may be granted by the Government, and
upon the request of the Government, of:
(i)

the likely duration of the relevant Force Majeure event and of its effect of
materially preventing the Contractor from performing its obligations under
the Contract;

(ii)

the actions taken or proposed to be taken by the Contractor to mitigate or


minimise the effects of that Force Majeure event; and

(iii) any other matters relevant to that Force Majeure event or the Contractors
performance affected by that Force Majeure event.
(d)

Whilst the Suspension due to the Force Majeure subsists:


(i)

the Contractor shall remove or mitigate the effect of the Force Majeure event
on the Contractors ability to perform its obligations under the Contract but
no obligations of the Contractor under the Contract shall be relieved or
subject to any change for any purported purpose of mitigation save with the
prior written consent from the Government;

(ii)

the Government may make alternative arrangements for the performance of


any suspended obligations, whether by another person or otherwise; and

(iii) the Contractor shall not be entitled to any payment of money under the
Contract including any payment in respect of any suspended obligations.
(e)

As soon as the relevant Force Majeure event has terminated, the Contractor shall
forthwith notify the Government of such termination, or the Government may on
its own, after consultation with the Contractor, by notice in writing to the
Contractor, determine the appropriate date for resuming the Contract or the
relevant obligations which have been suspended (Cessation Date). The
Contractor shall immediately after the termination of the Force Majeure event or
with effect from the date for resuming the Contract or suspended obligations as
determined by the Government in the aforesaid manner, resume performance of
the Contract or the suspended obligations (as the case may be) in accordance with
the terms and conditions of the Contract. In the event of any disagreement
between the Government and the Contractor on the appropriate Cessation Date, the
Governments decision shall be final in the absence of manifest error.

(f)

Notwithstanding anything in the Contract to the contrary, should a Suspension due


to the Force Majeure subsists for more than thirty (30) days, the Government shall
be entitled to terminate the Contract pursuant to Clause 22(a)(v)(6) of this Part.

Special Conditions of Contract

Page 30 of 31

Tender Ref.: AD200612015

28. Contractors Performance


The Contractor should note that its subsequent performance will be monitored and may
be taken into account when its future tenders are evaluated.

29. Assignment
The parties agree that the Government is entitled to assign, novate, sub-contract or
otherwise dispose of any or all of its rights and/or obligations under this Contract to any
person. Upon request by the Government, the Contractor shall enter into and/or procure
the relevant third parties to enter into a novation agreement in the form and substance as
prescribed by the Government.

30. Optional Items


The Optional Item, if any is ordered by the Government, shall be delivered to the
Government with the Vehicles by the Deadline Delivery Date.

31. Deletion
For the purpose of this Contract, Clauses 4.1 and 4.2 (Total Quantities), Clause 6.2
(Order and Delivery), Clause 7 (Delivery Documents (For Goods sold on FOB or CIF
Terms)), Clause 9.4(b) (Inspection and Acceptance), Clause 10 (Rejections),
Clauses 13.2 and 13.4 (Payment of the Contract Price), Clause 14 (Guarantee of the
Quality of the Goods), Clause 16.11 (Contract Deposit), Clause 18 (Liability and
Indemnities), Clause 19 (Termination), Clause 31 (Force Majeure) of the General
Conditions of Contract (GLD-TERMS-1 (December 2015)) shall not apply and shall be
deemed deleted.

Special Conditions of Contract

Page 31 of 31

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 1 of 38
Technical Specifications

Crowd Management Vehicles


Note: (a) (M) = Mandatory feature
(D) = Desirable feature
(b) Where at the beginning of each Clause, the label (M) appears, all
requirements in that Clause and its Sub-clause are mandatory features
unless otherwise expressly specified.
(c) Tenderers shall indicate with respect to each Clause, and/or its
Sub-clause, whether or not the offered Vehicles comply with the
relevant mandatory or desirable features, as the case may be, by
completing yes/no in the column at the right hand side of each page.
Any Clause with a Yes implies the offered Vehicles comply with the
requirement stipulated in that Clause and its Sub-clause unless
otherwise expressly specified. If a Tenderer does not complete the
statement of compliance for a Clause or a Sub-clause within a Clause, it
shall be deemed that the Tenderer confirms its compliance with the
relevant mandatory or desirable features specified in that Clause or
Sub-clause within a Clause.
(d) Tenderers shall also provide information and data in Attachments I and
II to these Technical Specifications and attach drawings and other
documentary evidence thereto wherever requested in the Technical
Specifications to show compliance with all the relevant specifications.
(e) Please refer to Paragraph 13 (Statement of Compliance) of the Terms of
Tender (Supplement) when completing the Technical Specifications
and Attachment I to these Technical Specifications.
(f)

Tenderers shall indicate in their Tenders the physical dimensions or


actual capacities of the products or equipment offered. If any of the
figures given by the relevant products or equipment manufacturer are
nominal dimensions or capacities, Tenderers shall provide a note or
make a remark to so explain in their offers.

(g) References herein to crowd management vehicle or vehicle or


Vehicle means the Vehicle as defined in the Supplement to the
Interpretation Section to the Standard Terms and Conditions
(GLD-TERMS-1 (December 2015)).

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 2 of 38
Technical Specifications

(M) 1.

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

General
1.1

1.2

Application
(a)

The offered Vehicle shall be built on a factory-made chassis, with


four (4) hinged doors crew-cab. The completed Vehicle shall be
capable of carrying one (1) driver (75 kg) and three (3) passengers
(68 kg each) in the driver cab, a completed rear body, all
equipment and loads as specified in Technical Specifications at the
same time and built for operation on left hand traffic road
conditions in Hong Kongs climate for crowd management by
HKPF.

(b)

The completed Vehicle shall conform to all requirements under


these Technical Specifications and operated at a Gross Vehicle
Weight (GVW) not exceeding 24,000 kg.

Statutory Requirements
The offered Vehicle shall fully comply with all the statutory requirements
and subsidiary regulations, which are in effect on the date when the
Vehicle is delivered, particularly the following:
(a)

The Road Traffic (Construction and Maintenance of Vehicles)


Regulation, Chapter 374A;

(b)

The Road Traffic (Safety Equipment) Regulations, Chapter 374F;

(c)

The Air Pollution Control (Vehicle Design Standards) (Emission)


Regulations, Chapter 311J;

(d)

The Air Pollution Control (Volatile Organic Compounds)


Regulations, Chapter 311V and 311W;

(e)

The Noise Control (Motor Vehicles) Regulation, Chapter 400I;

(f)

The Ozone Layer Protection (Controlled Refrigerants) Regulation,


Chapter 403B in respect of the refrigerant used for the
air-conditioning system;

(g)

The Telecommunications (Control of Interference) Regulations,


Chapter 106B; and

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 3 of 38
Technical Specifications

(h)

1.3

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

The Road Traffic (Registration and Licensing of Vehicles)


Regulations, Chapter 374E.

Standards for the Vehicle


All systems, installations and fittings of the offered factory-made chassis,
devices and special warning lamps for road vehicle usage shall conform with
the latest installation and/or performance requirements of the following
UNECE Regulations or equivalent national or international standards that
are applicable on UNECE category of N3
(a)

Electromagnetic compatibility to Regulation 10;

(b)

Steering equipment to Regulation 79;

(c)

Braking to Regulation 13;

(d)

Safety-belt anchorages, ISOFIX anchorage systems and ISOFIX top


tether anchorages to Regulation 14 (excluding those related to
ISOFIX anchorages);

(e)

The safety-belts, restraint systems, child restraint systems and


ISOFIX child restraint systems to Regulation 16 (excluding those
related to child restraint systems);

(f)

The seats, their anchorages and any head restraints to Regulation 17;

(g)

Head restraints (headrests) to Regulation 25;

(h)

Prevention of fire risks to Regulation 34;

(i)

External projections to Regulation 61;

(j)

Audible warning devices and their audible signals to Regulation 28;

(k)

The speedometer equipment to Regulation 39;

(l)

Safety glazing materials to Regulation 43;

(m)

Devices for indirect vision to Regulation 46;

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 4 of 38
Technical Specifications

1.4

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(n)

The installation of lighting and light-signaling devices to Regulation


48 and relevant lighting including individual light source and
light-signaling devices to relevant Regulations; and

(o)

Special warning lamps to Regulation 65.

Order of Precedence
In the event that there is any conflict, contradiction, ambiguity among the
Technical Specifications, regulatory requirements quoted in Clause 1.2
above, and the regulations and standards quoted in Clause 1.3 above, the
following order of precedence shall be applied to resolve any such conflict,
contradiction or ambiguity:
(a) the Technical Specifications;
(b) the standards stipulated in Clause 1.3 above; and
(c) the regulatory requirements quoted in Clause 1.2 above.

(M) 2.

The Completed Vehicle


The offered Vehicle shall be built on a factory-made chassis. The Tenderer shall
be responsible for design, construction and supply of the completed Vehicle to
ensure that the Vehicle shall comply with all the requirements stipulated under
these Technical Specifications and support all operations under reasonable and
safe conditions. The finalized design shall be endorsed by a registered
professional engineer or Technical Service and submitted to Government
Representative for approval before commencement of work. The Contractor
shall submit the vehicle design drawings and calculation including but not
limited to the vehicle body, any lifting appliances, fixed equipment and
materials used for the body construction, method statement and installation
details at least one month before commencement of work. However, approval of
the above submission shall not relieve the Contractor from its obligation to
deliver the completed Vehicle in compliance with the Technical Specifications
and relevant statutory requirements. All design and drawings approved are
owned by the Government and they can be used for building her vehicles from
time to time.
(A Tenderer shall provide the technically permissible maximum axle load
of the chassis as stated by the vehicle manufacturer and the estimated

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 5 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

weight distribution diagram of the completed Vehicle in separate sheets,


with its Tender for the offered Vehicle before Tender Closing Time or by
the time which may subsequently be specified by the Government at the
Governments discretion. Otherwise, the Tenderers Tender will not be
considered further.)

(M)

2.1

General Requirements
(a) The offered factory-made chassis shall be forward control and 6 x 4
truck completed with a crew cab. The crew cab shall be designed to
carry one (1) driver and three (3) passengers.
(b) The overall dimensions of the completed Vehicle shall not exceed the
following measured in unladen condition:
(i)

Overall Length (OL):

(ii)

Overall Width (OW):

(iii) Overall Height (OH):

7,800 mm (excluding forward


protection monitor)
2,500 mm
4,100 mm (including roof monitors)

(Tenderers shall refer to the diagrams in Attachment I to the


Technical Specifications for the overall dimensions details.)
(c) Payload of the completed Vehicle, which is the difference between
the GVW and the kerb weight (kerb weight is defined as the total
weight of a vehicle in running order which includes the hull body
works, tools, the one driver (75 kg), three passengers (68 kg each),
90% filled fuel tank and the other liquid containing systems
(including water tank, tear gas tank, dye stuff tank and foam tank etc.
to 100% of the capacity specified by the manufacturer) of the
completed Vehicle, shall be at least 300 kg.
(d) Gradient capability of the Vehicle shall be able to start and stop on
and to ascend or descend a slope with gradient not less than 17 under
fully laden condition.
(e) Turning circle diameter (wall to wall) shall not exceed 20 m.
(f) The complete Vehicle shall be able to maintain its stability at 28o.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 6 of 38
Technical Specifications

(M)

2.2

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Engine and Transmission


(a) The Vehicle shall be powered by a diesel fueled engine complying
with the latest legislation and European Emission Standard V (Euro
V) or above emission standard in accordance with relevant Directive
made by the European Parliament and the Council of the European
Communities.
(b) The engine shall be equipped with a heavy duty cooling system
suitable for continuous operation in Hong Kong climate.
(c) The engine shall have a power-to-weight ratio not less than 10
kW/tonne GVW.
(d) Fully automatic transmission with torque converter and at least five
(5)-forward gears and one reverse gear shall be provided.
(d) The Vehicle shall be designed to allow all wheels at rear axles to
receive torque from the engine.

(M)

2.3

Braking and Steering


The Vehicle shall be of the right-hand drive type and is designed/operated
for/under left hand traffic condition, with power assisted steering and are
equipped with the following features:
(a) Full air service brake with dual/split circuit;
(b) Self-adjusting service brake;
(c) Independent parking brake with progress control;
(d) Anti-lock braking system;
(e) An auxiliary brake system;
(f) Disc brake for all axles;
(g) Heavy duty air compressor; air dryer; and automatic drain valve(s);

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 7 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(h) Double acting shock absorbers and stabilizer to all axles; and
(i) Adjustable steering column or wheel.

2.4

Wheel and Suspension

(M)

(a) Heavy-duty suspension system shall be provided.

(M)

(b) Wheels with heavy-duty steel rims and tyres of highway tread pattern
shall be provided.

(D)

(c) All wheels including the spare wheel of the same size and
interchangeable are preferable.

(M)

(d) A spare wheel for each axle shall be supplied loose.

2.5

Drivers Cab
(a) The drivers cab shall be equipped with the following:

(M)

(i)

a 4-door double cab for accommodating one (1) driver (75 kg)
and three (3) passengers (68 kg each);

(M)

(ii)

tilt cab with safety locking mechanism;

(M)

(iii) one piece of laminated windscreen;

(M)

(iv) trimming for tropical conditions;

(M)

(v)

(M)

(vi) Electrically controlled side windows for driver and front side
passenger;

(M)

(vii) independent drivers seat and one front passengers seat;

(M)

(viii) inertia type 3-point seat belts and headrests for the driver and
passengers;

(M)

(ix) height and multi selected horizontal position adjustable drivers


seat;

hinged cab doors with wind-down windows;

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 8 of 38
Technical Specifications

(M)

(x)

(D)

(xi) airbag for the driver preferable; and

(D)

(xii) airbag for the front passenger preferable.

(M)

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

durable and water resistant seat covers;

(b) Instrument panel and dashboard shall consist of the following:


(i)

speedometer in km/h and odometer in km;

(ii)

tachometer in RPM and engine-hour meter;

(iii) fuel and coolant temperature gauges or warning indicators; and


(iv) telltales such as warning lights for low oil pressure, battery low,
turn indicators, main beam, high beam, parking brake and low
air pressure etc. for safe operation of the Vehicle.
(M)

(c) Multi-speed windscreen wipers with intermittent speed-control mode


and screen washers shall be provided.

(M)

(d) Heater and demister shall be provided.

(M)

(e) The main mirrors (Class II), two (2) wide-angle mirrors (Class IV),
one (1) close proximity mirror (Class V) and one (1) front mirror
(Class VI) shall be provided.

(D)

(f) Electrically controlled side rear view mirrors are preferable.

(M)

(g) Air Conditioning System


A vehicle-engine driven air conditioning system with independent air
blowers and air outlets for the occupants shall be provided. The air
conditioning system shall use non-CFC refrigerant with temperature
control. The air-conditioning system shall be capable of keeping the
drivers cab in a reasonably comfortable conditions with temperature
difference of at least 9 C below ambient temperature measured at
typical temperature range of 27 35oC.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 9 of 38
Technical Specifications

(M)

2.6

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Electrical Accessories
A tropicalised 12/24 volt (vehicle voltage) negative earth fully colour
coded electrical system consisting of the following:
(a) Heavy duty alternator minimum 100 A shall be provided.
(b) Minimum 2 x 165 Ah battery shall be provided.
(c) All lighting and light-signaling devices for road operation shall be
provided.
(d) Power-operated road horn shall be provided.
(e) Compartment light inside the drivers cab shall be provided.
(f) A clock shall be provided.
(g) A pair of front fog lights shall be provided. They shall be switched on
when the dipped beam is switched on. If the fog lights are not
factory-built, the fog lights shall be wired up through fuses and
switches to the Vehicle supply circuit.
(h) Reverse warning lights with a solid-state buzzer capable of emitting a
continuous and uniform audible warning of about 90 dB(A) at rear of
the Vehicle when interlocked with the reverse gear.
(i) An AM/FM radio with auto tuner covering the frequency spectrum
assigned by the Office of the Communication Authority shall be
provided.
(j) All accessories with full radio interference suppression

(M)

2.7

Other Accessories
(a) A fuel tank with minimum 150 litre capacity with lockable cap/lid or a
lockable device as approved by the Government Representative shall
be provided.
(b) A standard tool kit including at least a wheelbrace and jack shall be
provided and properly stowed on the Vehicle.
(c) Mudflaps for all the wheel arches shall be provided.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 10 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(d) One (1) 2-kg dry powder fire extinguisher with quick release clamp
shall be provided and mounted at suitable location as directed by the
Government Representative before commencement of work. The fire
extinguisher shall have a valid certificate (Certificate of Fire Service
Installations and Equipment) showing the expiry date of not less than
50 weeks from the date of delivery of the Vehicle.
(e) Front and rear reflex-reflective number plates with specific vehicle
identification number of the Vehicle, conforming to the statutory
requirements in Clause 1.2 above shall be provided. The vehicle
identification number will be provided by the Government
Representative before commencement of work.
(f) A battery isolation switch to switch off all power supplies shall be
provided at a concealed location or other location as advised by the
Government Representative with instruction label in traditional
Chinese and English.
(g) Three (3) sets of keys or devices for doors and engine ignition for
each Vehicle shall be provided.
(h) A central door lock shall be provided.
(i) If any vehicle system such as engine, power train and brake etc. is
controlled and/or monitored by any on-board electronic control
management system, the Vehicle shall be equipped with an on-board
self-diagnostic device with fault code display unit. If the
self-diagnostic equipment is supplied loose, one (1) set of fault
diagnostic equipment for the Vehicles shall be provided. The fault
diagnosis equipment shall be completed with connectors, tools and
initial software. (For Tenderers reference, the equipment will
only be used on maintaining government vehicles.)

(M) 3.

Additional Features
The Vehicle body shall consist of an auxiliary engine driven pump; a water tank;
two (2) roof monitors; forward protection monitor, lateral, roof, and underbody
protection systems; foam system; tear gas system; and dye stuff system etc. as
per Attachment III to the Technical Specifications. The Contractor shall
fabricate the Vehicle complying with the following requirements.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 11 of 38
Technical Specifications

(M)

3.1

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Water Installation
(a) A water installation comprising the following features shall be
provided. The Contractor shall be responsible for design of this
watering system to ensure that it can perform the functions specified
in these Technical Specifications satisfactorily under all operational
conditions.
(b) The construction and materials used for the water installation shall be
resistant to corrosion or protected against corrosion.
(c) The construction shall be protected against accumulation of water,
dirt and corrosive substances between and within the construction
elements. Particular care shall be taken to avoid electro-chemical
corrosion.
(d) The design of permanently installed equipment and their mountings
shall withstand the physical stresses applied in normal operational
use.
(e) The water installation, including pump, tank and associated pipework
shall be able to be drained. All drain points shall be clearly identified,
easily accessible and protected against unintended opening.
(f) All the water installation shall be tested to 1.5 times of the designed
working pressure without any deformation, damage and leakage. The
Contractor shall submit test report of the water installation endorsed
by a registered professional engineer or Technical Service before
delivery of the Vehicle.
(g) Water Tank
(i)

The water tank shall have a minimum nominal capacity of 6,500


litres.

(ii)

The water tank shall be fabricated from glass reinforced


polyester (GRP) material and mounted on a steel sub-frame
which shall be bolted directly to the Vehicle chassis with
suitable shock absorption/damping materials/component or
equivalent. The design, mounting and location of the water tank
shall prevent any excessive dynamic force that may cause
vehicle instability under normal conditions.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 12 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(iii) Internal anti-surge baffles and stiffeners shall be installed in the


water tank.
(iv) Top filler with spring loaded cap shall be fitted on the top of the
tank. The cap shall be designed to open automatically if the
tank is accidentally pressurized.
(v)

An automatic vent valve shall be fitted in the tank top to prevent


pressurization.

(vi) Two (2) 63 mm (2.5") BS 336 male connections shall be


provided at both sides of the Vehicle for filling from hydrant.
Each connection shall be provided with a strainer, a non-return
valve and shut off valve and a push-in chromed blank cap with
chain. Blank caps of water inlets shall be of aluminium type.
Each inlet shall have all round clearance of at least 150 mm and
be positioned at not more than 1,350 mm from ground.
(vii) A minimum 76 mm bore tank overflow pipe with discharging
opening to the offside of the Vehicle clear of chassis
components with proper vent to atmosphere shall be provided.
(viii) A drain with pipe and a manually operated valve terminating at
the offside of the Vehicle shall be provided.
(ix) An electrical water level indicator system for the tank shall be
provided in the drivers cab. A tank water level gauge in
perspex tube fitted onto the tank with contrast background shall
be provided and installed at a location visible at the filling point.
Gauge illumination with switch shall be provided.
(x)

A manhole with diameter of not less than 450 mm complete


with an inspection lid for access to the tank interior shall be
provided.

(xi) A feed pipe with a diameter of at least 100 mm connecting the


tank and fire pump shall be provided.
(xii) An isolating valve to shut off tank to pump feed for
maintenance shall be provided.
(xiii) The tank shall be capable of being removed from the chassis,
with lifting eyes provided at the tank top.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 13 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(h) Water Pump and Foam Proportioning Unit


(i)

A fire pump, which shall meet the performance requirements of


EN1028, shall be driven by a pump engine at Clause 3.1(i)
below and capable of providing pressurized water at full
function of all spraying gears. The pump shall be provided and
mounted on its own sub-frame which shall be bolted directly to
the Vehicle chassis with suitable shock absorption/damping
materials/component or equivalent inside a pump compartment.
It shall be of self-priming, centrifugal type with end suction,
mechanical seal, and designed maximum flow rate not less than
3,000 litres/minute at pressure not less than 1,000 kPa.

(ii)

The pump dimensions and construction shall be of approximate


125 mm x 65 mm (suction x delivery), bronze or alloy casing
with stainless steel or bronze impeller, stainless steel pump
shaft and rust-resistant components.

(iii) The pump unit shall be capable of pumping water from the tank
to all spraying nozzles and roof-mounted monitors directly and
via the foam proportioning unit if required with a proper piping
layout and control valves fitted.
(iv) Pressure relief valve shall be incorporated at all supply sides
and protection device shall be installed at the suction side to
prevent the system from over-pressure and dry-run. A small
diameter discharge pressure gauge shall be fitted inside drivers
cab.
(v)

A water ring or piston primer shall be automatically engaged


when the pump is started. The primer shall be disengaged
automatically at low pressure when priming is completed.

(vi) Minimum priming performance shall be 0.15 m/sec lift.


(vii) A foam proportioning unit shall be provided to control
accurately the foam (i.e. AFFF Class B) to water ratio with
both variable and fixed inductors. The variable inductor shall be
capable to adjust the foam concentration flow between 3% and
6% for the monitor. The completed system shall contain in a
module mounted to the rear of the cab with access panel for

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 14 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

routine maintenance. Provision shall be made for the entire


module to be removed for major maintenance.
(viii) An automatic self-draining by-pass valve shall be installed to
eliminate the build-up of heat when the pump is operated
against closed discharge and to allow the drain of residual liquid
when the pump is stopped.
(ix) A selection valve for water or water-foam shall be provided at
the master control console.
(x)

The installation of the suction and discharge lines shall be kept


as straight as possible and use minimum elbows or bends. All
pipes shall be of stainless steel (grade 316) and connected by
stainless steel sectional flanges for easy access and replacement
purposes. All valves and couplings shall be of bronze or
stainless steel with sufficient pressure rating.

(i) Pump Engine Set


(i)

The fire pump shall be driven by an independent 4-stroke diesel


engine of sufficient rated power of at least 125 kW. The engine
shall at least conform to EU Stage IIIA emission standard or
equivalent national/international standard. It shall be complete
with a starter, alternator, battery, radiator, oil filter, starter, air
cleaner, muffler, hand throttle, full engine/water pump control
panel and gauges.

(ii)

The pump engine shall be able to be started from the drivers


cab and also from the engine compartment.

(iii) Exhaust shall be directed away from the operator and the air
intake.
(iv) Fuel supply shall be permanently connected to the Vehicle fuel
tank. Audible and visual warning shall be provided when the
Vehicle tank content is less than 20% and the pump engine set
is still in operation.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 15 of 38
Technical Specifications

(v)

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Duplicate in-cab full engine instrumentation and controls shall


be provided and installed inside the driver cab for operation and
monitoring of the conditions of pump engine set, including:
(1)
(2)
(3)
(4)
(5)
(6)
(7)

key ignition start and stop;


manual speed control;
charge lamp;
lubrication oil pressure gauge equipped with audio and
visible alarm;
coolant temperature gauge (if applicable) equipped with
audio and visible alarm;
tachometer and hour meter; and
water pump supply and suction side pressures.

(vi) The fire pump engine set shall be housed in the pump
compartment behind the drivers cab or at a location approved
by the Government Representative before commencement of
work, with adequate ventilating louvers and preferably with
sound absorbent material lined and hinged access doors at both
sides. The compartment shall be illuminated by at least two (2)
waterproof LED lights.
(vii) The fire pump engine shall be mounted onto a sub-frame with
shock absorption/damping materials/component.
(viii) Provision for maintenance access shall be incorporated.
(j) Foam System
(i)

Tank capacity shall not be less than 100 litres. The tank shall be
sized in excess the specified usable capacity by at least 5%.

(ii)

The tank shall be provided with internal baffles with suitable


reinforcement and fabricated from fiberglass reinforced
polyester material suitably coated internally to allow use with
all foam compounds including AFFF.

(iii) One 63 mm (2.5) BS336 male coupling for foam


replenishment complete with a manually operated valve shall be
installed at each side of the Vehicle. The height of each inlet
shall not exceed 1,200 mm above ground level.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 16 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(iv) The bottom of the tank shall be sloped to the outlet valve at the
offside and clear of chassis and other major components to
ensure complete drainage of contents.
(v)

A minimum 200 mm diameter top filler shall be provided, with


spring loaded cap fitted to the top of the tank. The cap shall be
designed to open automatically if the tank is accidentally
pressurized.

(vi) A fill trough shall be provided for the top filler to allow two
25-litre drums to be emptied simultaneously.
(vii) An auxiliary 220 volt AC motor driven portable foam transfer
pump of a capacity of approximate 50 litre per minute
complete with two 38 mm x 10 m long hoses and a stainless
steel suction end pipe of approximate 25 mm diameter shall be
provided loose for transfer of foam concentrate in 200 litre
drum to tank. One length of the hoses with female coupling
shall be capable of connecting to the 63 mm (2.5) BS336 male
connection filler of Clause 3.1(j)(iii) above. The pump shall be
protected by a re-settable circuit breaker.
(viii) A 76 mm bore tank overflow discharging to offside of
appliance clear of chassis components shall be provided.
(ix) A drain with pipe and a manually operated valve terminating at
the offside of the vehicle shall be provided. The valve stem shall
be extended close to vehicle side for ease of operation.
(x)

An automatic vent valve shall be fitted in the tank top to prevent


pressurization.

(xi) A stainless steel outlet pipe terminating 50 mm above the sump


plate and fitted with a valve and removable stainless steel
strainer shall be provided.
(xii) An electrical content indicator system shall be provided in the
driver cab and a tank content gauge in perspex tube with
contrast background and manually operated isolating valve at
each end, or an electrical level indicator fitted onto the tank
shall be provided and installed at a location visible at the filling
point. Gauge illumination with switch shall be provided.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 17 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(xiii) An inspection lid shall be provided for access to the tank


interior.
(xiv) Lifting eye positions shall be provided at the tank top.
(xv) Provision for flushing of the system shall be provided to cleanse
foam concentrate by including clean water downstream of the
foam tank valve and discharging through the roof monitor,
and/or side protections.
(xvi) The foam tank shall be designed for minimum maintenance.
Both the foam tank and its superstructure built around them
shall not have areas trapping any foam concentrate and
inaccessible for cleaning.
(xvii) All pipe work, including pipes, flanges, valves, joints, flexible
joints, bolts and nuts etc. in connection with the foam
concentrate shall be made of grade 316 stainless steel. Each
length shall be pressure tested before assembly and the
complete system shall be subject to a static pressure test for not
less than one hour before pumping test. Test report endorsed by
a registered professional engineer or Technical Service and
submitted to the Government Representative for acceptance.

(M)

3.2

Roof Monitors
(a) Two (2) self-aspirating type monitors mounted inside a protective
turret capable of producing water in stream or spray pattern at the
maximum rate in pump-and-roll operation shall be mounted on the
front of the drivers cab roof. The monitor, being connected to the
water pump with stainless steel pipework and shut-off valve, shall be
operated and controlled by joy-stick type controller of the master
control panel inside the drivers cab. The performance of the
roof-mounted monitor shall comply with the followings:
(i)

Full output

(ii)

Operating pressure :

at least 1,200 litres/min


at least 1,000 kPa

(iii) Throwing range

at least 50 m

(iv) Elevation

+60 degree

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 18 of 38
Technical Specifications

(v)

Depression

(vi) Rotation

-40 degree

180o from either side each


and provide coverage of 360o from
both monitors

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(b) The system shall be designed to select spray pattern at low operating
pressure automatically when activated. The operating pressure shall
then be increased gradually by the control panel.
(c) The monitor shall be made of high corrosion resistant light alloy or
stainless steel with a weatherproof enclosure.
(d) One (1) weatherproof search light of at least 35 watt, a laser distance
measuring device and a camera shall be provided and integrated in the
enclosure of each monitor to assist aiming in the darkness and precise
targeting. The camera shall have a minimum image resolution of 604
x 480 pixels and operable in light conditions under 0.5 Lux
illuminations. The videos captured by the cameras shall be displayed
in separate LED colour monitors inside the driver cab. Deluge and air
drying system shall be provided for the camera, which shall be
protected by polycarbonate glass cover.
(e) The monitor shall be actuated by a single pushbutton on the monitor
control panel with a pistol grip type or a joystick type proportional
remote directional control as detailed in Clauses 3.8(b)(i) and (iii)
below. The orientation of the roof monitor shall be indicated
proportionally on the control panel.
(f) The roof monitor shall be connected to the pump through a remote
controlled shutoff valve (Monitor valve). A manual shutoff valve
shall also be provided to isolate the pressure feed from the fire pump
to the monitor for maintenance.

(M)

3.3

Lateral and Rear Protection Nozzles


(a) A nozzle shall be provided on each side and at rear of the Vehicle
body. The nozzles shall be installed below the superstructure of the
Vehicle.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 19 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(b) Each nozzle shall be controlled by an electro-pneumatically


/pneumatically operated valve at control console inside the driver cab.
Each nozzle shall be connected to the water pump with stainless steel
pipework and shut-off valve and able to maintain a constant flow of
400 litres/min at a pressure of 1,000 kPa when both the monitors and
all outlets are operated simultaneously.
(c) The performance of the lateral and rear nozzles shall comply with the
followings:

(M)

3.4

(i)

Output

(ii)

Operating pressure :

at least 400 litres/min per nozzle


at least 1,000 kPa

(iii) Throwing range

at least 25 m

(iv) Rotation

170 degree

Forward Protection Monitor


(a) One (1) bumper-mounted forward protection monitor shall be
provided and mounted in the front centre of the Vehicle.
(b) The monitor shall be covered with impact absorption material at the
frontal surface and situated behind the front bumper when it is not in
operation. The design shall be submitted to the Government
Representative for approval before commencement of work.
(c) The monitor shall be connected to the water pump with stainless steel
pipework and shut-off valve; and remotely controlled by a joystick
from inside the driver cab. The monitor shall be capable of being
operated independently from the roof monitors as well as being
operated simultaneously with the roof monitors, while the Vehicle is
stationary or in motion.
(d) The performance of the bumper monitor shall comply with the
followings:
(i)

Output

(ii)

Operating pressure :

at least 1,000 litres/min


at least 1,000 kPa

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 20 of 38
Technical Specifications

(iii) Throwing range

at least 40 m with full water jet


and 20 m with spray

(iv) Elevation

+55 degree

(v)

-30 degree

180 degree

Depression

(vi) Rotation

(M)

3.5

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Roof and Underbody Protection Nozzles


(a) Roof and underbody protection nozzles shall be provided for the
driver cab, rear body, each wheel assembly and the engine. Exact
positions of the nozzles shall be submitted to the Government
Representative for approval before commencement of work.
(b) The nozzles shall be connected to the water pump with stainless steel
pipework and shut-off valve, and their operations shall be controlled
by an electro-pneumatically /pneumatically operated valve at control
console inside the driver cab. The nozzles shall be operable
independently from the roof monitor discharge as well as
simultaneously with the roof monitor discharge while the Vehicle is
stationary or in motion.
(c) Temperature sensors shall be installed at the roof and underbody to
detect the body temperature, with temperature indicator system and
buzzer at the driver cab.
(d) The performance shall comply with the followings:
(i)

Output

(ii)

Operating pressure :

(iii) Range

at least 70 litres/min per nozzle


at least 1,000 kPa
at least 2.5 m

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 21 of 38
Technical Specifications

(M)

3.6

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Tear Gas System


(a) One (1) stainless steel tank of 50 liters capacity of welded
construction for storing tear gas agent shall be provided and mounted
to a steel sub-frame, which shall be bolted directly to the chassis,
inside the pump compartment of the Vehicle.
(b) The tank shall be provided with top filling port of not less than 120
mm diameter, a removable strainer, and a drain cock and pipe of not
less than 50 mm in diameter.
(c) A draw-off tube with gauge strainer shall be provided for connecting
the tank and the proportioning system.
(d) An electrical level indicator system for the tear gas level inside the
tank shall be provided in the driver cab. Either a tank level gauge in
perspex tube with contrast background and manually operated
isolating valve at each end or an electrical level indicator fitted onto
the tank shall also be provided and installed at a location visible at the
filling point. Gauge illumination with switch shall be provided.
(e) Tear gas agent shall be drawn either mechanically or pneumatically
from the tank to the roof monitors, with proportioning unit installed to
control accurately the tear gas to water ratio. The proportioning rate
shall be adjustable within the range of 0 2%.

(M)

3.7

Dye Stuff System


(a) One (1) stainless steel tank of 50 litres capacity of welded
construction for storing dye stuff shall be provided and mounted to a
steel sub-frame, which shall be bolted directly to the chassis, inside
the pump compartment of the Vehicle.
(b) The tank shall be provided with top filling port of not less than 120
mm diameter, a removable strainer, and a drain cock and pipe of not
less than 50 mm in diameter.
(c) A draw-off tube with gauge strainer shall be provided for connecting
the tank and the proportioning system.
(d) An electrical level indicator system for the dye stuff level inside the
tank shall be provided in the drivers cab. Either a tank level gauge in

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 22 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

perspex tube with contrast background and manually operated


isolating valve at each end or an electrical level indicator fitted onto
the tank shall also be provided and installed at a location visible at the
filling point. Gauge illumination with switch shall be provided.
(e) Dye stuff shall be drawn either mechanically or pneumatically from
the tank to the roof monitors, with proportioning unit installed to
control accurately the dye stuff to water ratio. The proportioning rate
shall be adjustable within the range of 0 - 2%.

(M)

3.8

Master Control Console


(a) Control consoles shall be provided at the locations inside the driver
cab as approved by the Government Representative before
commencement of work, and shall incorporate the following control
panels for controlling water monitor equipment, including the fire
pump, pump engine, roof monitors, lateral and rear protection
nozzles, forward protection monitor, and roof and underbody
protection nozzles. Full consideration shall be given to ensure good
arrangement in logical sequence and ease of operation of all control
switches. The final design and arrangement shall be submitted for
approval by the Government Representative before commencement
of work.
(b) Master control panels shall be installed and accessible by the
co-driver and/or rear passenger(s) at their seating positions or at the
locations as approved by the Government Representative before
commencement of work. Each master control panels comprised of
high resolution display units shall consist of the following instruments
and controls for the operation of the water monitor system:
(i)

A single pushbutton switch to start the pump engine, apply


throttle and run the engine to the operating speed, operate water
and foam tank valves, operate the tear gas agent and dye stuff
valves and proportioning unit and disengage monitor lock as
one function so as to bring the water monitor system to the
operational state as quickly as possible.

(ii)

Pump controls and indications - pump primer indication, pump


hour counter, engine throttle control, Engine On indication
light, water and foam tank valves.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 23 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(iii) Roof monitor controls - pistol grip type control for panning and
elevation movements with position indicators, monitor control
valve, full or half output selection, flow pattern selection, roof
monitor lock and control panel illumination switch. The
nearside roof monitor shall be controlled by the co-driver or the
nearside rear seated passenger, while the offside roof monitor
shall be controlled by the offside rear seated passenger.
(iv) Forward protection monitor controls - pistol grip or joystick
type control for panning and elevation movements, shut-off
control valve, full or half output selection, dispersed spray or
straight stream flow pattern selection and mode of operation
selection. The forward protection monitor controls shall be
installed at the location inside the driver cab as approved by the
Government Representative before commencement of work.
(v)

Lateral and rear protections controls lateral and rear


protection nozzles control valves for foam and water at left
hand, right hand sides and at rear.

(vi) Roof and underbody protection nozzles controls.


(vii) Pressure indication and flow controls - pump pressure and
compound gauges, pump speed indicator, "Foam On", Tear
Gas On, Dye Stuff On and "Water Only" indication lights.
(viii) Water/foam/tear gas agent/dye stuff contents gauges.
(ix) Pump engine status indication and controls pump engine start
and stop switches, pump engine throttle controls, pump engine
charge lamp, pump engine lubrication oil pressure gauge with
audio and visible alarm, pump engine coolant temperature
gauge with audio and visible alarm and pump engine
tachometer and hour meter.
(x)

Control panel illumination light and test switch for illuminated


switches and indicator lights on the panel.

(xi) Devices and switches to control, select and view the Vehicle
mounted cameras image simultaneously and individually.
(c) An illuminated mimic panel shall be provided at the location inside
the driver cab as approved by the Government Representative before

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 24 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

commencement of work to show the status of all water monitor


equipment and the content of the medium, that is, position and status
of roof monitors, status of forward protection monitor, status of lateral
and rear protection, status of roof and underbody protection, levels of
water tank, foam tank, tear gas tank and dye stuff tank, status of tear
gas system, and dye stuff system etc.

(M)

3.9

Modification of Driver Cab


(a) The roof of the driver cab shall be modified and extended to increase
the interior height to at least 1,800 mm.
(b) Windows with fixed safety glazing shall be installed at both sides and
rear of the extended part of the driver cab.
(c) All the steps shall be covered when the doors are closed.
(d) The windscreen and all windows shall be fitted on the outside with
protective stainless steel grilles of approximate 50 50 5 mm wire
rectangular mesh weld on approximate 12 5 mm thick stainless steel
bar frames. An opening shall be provided for the protective screen on
driver side for paying of toll. The completed protective screens shall
be treated with primer and painted in matt black after fabrication. The
headlamps, and rear lights shall be protected by expanded metal
grilles of similar construction and treatment. The protective screen(s)
for the windscreen shall be hinged and able to be lifted up/down
electrically or pneumatically to provide clear view for the driver and
the crew.
(e) Perforate stainless steel plate shall be mounted on front of the radiator
grilles for protection. The perforated plate shall be so designed not to
reduce the heat exchange efficiency of the radiator. The completed
perforate plate shall be treated with primer and painted in matt black
after fabrication.
(f) A deluge wash system mounted above the windscreen and side
windows and a large capacity gutter incorporated in the roof to
prevent excess foam/agent falling onto the glazed areas.
(g) Shields shall be provided to protect the main mirrors and wide-angle
mirrors. The shield shall not affect the field of vision of the driver,

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 25 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

increase the force required to fold up the mirrors in the event of


accident or have sharp edge of protrusion.

(M)

3.10 Pressurizing and Air Filtering System for Driver Cab


A pressurizing and air filtering system shall be installed for the driver cab
to produce a positive pressure above the atmospheric pressure around to
avoid smog and fumes defusing into the driver cab during operation. The
pressurizing system shall not hinder the performance of the
air-conditioning system inside the driver cab, with modification of the
air-conditioning system be carried out, where necessary. The modification
shall be endorsed by a registered professional engineer or Technical
Service and approved by the Government Representative before
commencement of work. The pressurizing and air filtering system shall
consist of the following features:
(a) A module fitted with a vehicle battery driven DC air blower and a set
of air filters.
(b) The output of air blower in the range of 30 80 m3 per hour, and with
ductwork to maintain positive air pressure in the range of 100 300
Pa inside the driver cab.
(c) An air filtering system installed at intake of the air blower consisting
of a coarse filter to G2 of EN779 for removing coarse particles, a
medium filter to M6 of EN779 for filtering out dust particles, a High
Efficiency Particulate Air (HEPA) filter to H13 of EN1822 for
filtering out suspended particulates, an activated charcoal filter for
absorbing hazardous dust and noxious gas.
(d) A control and monitor panel shall be supplied and installed inside the
driver cab for operation and monitoring of the conditions of the
system, including:
(i)

Start/stop of the system.

(ii)

Blower speed control (i.e. pressure control inside drivers cab).

(iii) Machine operation hour control.


(iv) Low and over pressures with warning signals and alarms.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 26 of 38
Technical Specifications

(v)

(M)

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Absence of activated charcoal filter and HEPA filter with


warning signals and alarms.

3.11 Body Construction


(a) The rear body shall be constructed of steel framework and panelled
externally with aluminium rectangular modular panels.
(b) Body shall be finished in smooth and streamline with no handle, steps,
sharp edges or corners.
(c) Provision made for access to all Vehicle major components for
servicing and inspection hall be covered with lockable panels.
(d) Heavy duty rubber skirts shall be provided under the chassis around
the front and both sides of the Vehicle for protection.
(e) Hinged and lockable panels shall be provided for servicing and
inspection of vehicle components.

(M)

3.12 Auxiliary Power Supply System


(a) A split-charging system, two (2) units of minimum 100 Ah capacity
heavy-duty maintenance-free auxiliary battery, terminal box,
regulator device and voltmeter shall be supplied and properly wired
up to the Vehicles alternator and form an auxiliary power supply
circuit. An acid-proof/leakage-proof auxiliary battery box of
fiberglass construction or other material construction approved by the
Government Representative shall be provided and properly fixed on
the Vehicle. Nail fastening construction is not acceptable. The
batteries shall be mounted on a lockable tray, which is able to slide out
for easy maintenance.
(b) The auxiliary power supply circuit shall provide power where
appropriate to the radio communication system, special warning
lights, and siren and public address system etc.. The capacity of the
cable shall be able to carry the maximum output/charging current of
the alternator. They shall be wired up through fuses and rocker-type
switches with illustration label to a control panel on the dashboard in
the drivers cab.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 27 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(c) The split-charging system shall be provided with factory-made


split-charger which is designed to charge up the main and auxiliary
batteries with priority. It shall be long lasting and suitable for
continuous use. (For Tenderers reference, the model currently used in
large van (police version) is Antares automatic split charger and
Mastervolt battery isolator.)
(d) A 12 Volt 15 Amp double pole double terminals switch with
illustration label and a DC terminal connector for the radio
communication system (supplied by the Government) shall be
provided and installed at a suitable location as directed by the
Government Representative and wired up through a 15 Amp fuse and
a fuse holder to the auxiliary power supply circuit. If the Vehicle is
equipped with a 24 V DC electric power system, the Contractor shall
supply and install a 24 V to 12 V DC inverter with sufficient capacity
for provision of the power supply to the radio communication
equipment.

(M)

3.13 On-board Battery Charger System


(a) An on-board battery charger system complete with auto eject quick
release mechanism shall be provided on the Vehicle for operation on
220 volt 1 phase 50 hertz supply for recharging the DC main and
auxiliary batteries via the split charging system on the Vehicle. (For
Tenderers reference, the models currently used in ambulance are
"Antares IPC2" or Phoenix 24V/25A.) The battery charger shall be
provided with automatic float charge, short circuit protection, and
ampere/voltage meters. An auto change-over switch to provide
selection of electrical charge from the Vehicles alternator or from
this battery charger shall also be provided and installed when the A.C.
power is supplied. The battery charger system shall be able to monitor
the batteries condition and stop automatically when batteries are
fully charged.
(b) The weatherproof power input connector of the auto eject quick
release system shall be designed for mounting on the Vehicle to
permit connecting to 220 volt city supply. Two connecting plugs each
with 30 m cable in reel shall be supplied loose. The auto eject system
shall be so designed that dynamic disconnection shall be energized
and shall instantaneously drive the plug from the receptacle when the
engine is started.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 28 of 38
Technical Specifications

(M)

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

3.14 Radio Communication System


(a) Aerial cables 50 Ohms and power supply 12 V DC shall be provided.
If the Vehicle is equipped with a 24 V DC electric power system, the
Contractor shall supply and install a 24 V to 12 V DC inverter with
sufficient capacity for provision of the power supply to the radio
communication equipment. 50 Ohms co-axial cable of aerial antenna
shall be supplied and wired up by the Contractor for one (1) set of
radio transceiver (R/T) from the cab to the position of the radio.
(For Tenderers reference, the model currently used in large van
(police version) is RG58.) The Contractor shall run the aerial cable
from the aerials to a suitable position as directed by the Government
Representative before commencement of work and to wire up and
install suitable electrical cable, independent fuses (one (1) main plus
four (4) terminal fuses in box) and relay (For Tenderers reference,
the model currently used in large van (police version) is BOSCH
12V 10A.) to the auxiliary battery circuit.
(b) One (1) opening on the Vehicle roof with stand for aerial shall be
provided as directed by the Government Representative. The aerial
stand shall be as shown in the drawing at Attachment III to the
Technical Specifications. Mounting reinforcement on the roof shall
be provided if considered necessary by the Government
Representative before commencement of work.
(c) Waterproof aerial cable cover made of aluminum sheet or an aerial (to
be supplied by Government) shall be fitted on the Vehicle roof as
directed by the Government Representative before commencement of
work.
(d) Mounting bracket shall be provided for the R/T as directed by the
Government Representative before commencement of work.

(M)

3.15 Special Warning Lights and Siren and Public Address System
(a) The following special warning lights shall be supplied and installed:
(i) One (1) pair of front mounted directional lights;
(ii) One (1) pair of radiator grille mounted directional lights; and
(iii) One (1) pair of rear panel mounted directional lights

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 29 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(b) All flashing lights emitted from the special warning lights shall be
derived from stationary light source(s) with quadruple flashes. The
exact flash rate and location of all special warning lights shall be
proposed by the Contractor and approved by the Government
Representative before commencement of work. All warning lights
shall be grouped into three or more operational modes, such as front,
rear and all-light modes etc. and controlled by individual control
back-lit rocker switches. All switch control shall be proposed by the
Contractor and approved by the Government Representative before
commencement of work. The all-light modes shall be designed to be
turned on only when the engine is running.
(c) Stainless steel stiffener at least 3 mm thick on the underside of the
roof and radiator grille shall be provided for mounting of special
warning lights to strengthen the installation. All special warning
lights shall be designed for outdoor usage. All units shall be vibration
resistant and have radio frequency interference suppression. All units
shall be wired up through a fuse and a switch to the auxiliary electric
power system
(d) Front Mounted Directional Lights and Illuminated Sign
One (1) pair of directional lights and one illuminated Police sign shall
be provided and installed on the front and centre at the top extended
part of the drivers cab, with a switch control centre in the drivers cab
as directed by the Government Representative. The directional lights
specifications shall be:
Case

: Flush-mounted case, full corrosive resistance,


weather-roof, impact resistant molded UV light
stabilized polycarbonate lens.

Colour

: Red (offside)/blue (nearside)

Light

: (i) Two (2) front facing alternating flashing LED


lights with built-in flashing units, approximate
180coverage.
(ii) Front
POLICE illuminated sign,
both English letters and traditional Chinese
characters in blue on white background at
centre.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 30 of 38
(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Technical Specifications

Dimensions

: Actual measurement to fit the Vehicle.

Frequency & : A fixed frequency between 1 and 2.5 Hz with


number/mode
quadruple flashes; flashing of the left and right
of flashes
lights shall be alternative.
Intensity

: High and low intensity level (Class 2) for day and


night operation respectively. The low intensity
mode shall be selected automatically when the
front position lamps are switched on.

Control
console

: Back-lit or LED indication rocker type switch for


ON/OFF function.

Control
switches

: (i) First switch for all special warning lights plus


alternating flashing headlights (head beam)
linked when the engine is running.
(ii) Second switch for either
directional lights, radiator
directional lights or rear
directional lights whether
running or not.

front mounted
grille mounted
panel mounted
the engine is

(iii) Front POLICE illuminated signs


linked with the head light (low beam). The
exact location is to be advised by the
Government
Representative
before
commencement of work.
(e) Radiator Grille Mounted Directional Lights
A pair of flush-mounted factory built wide angle LED grille lights
with flasher unit, shall be provided and installed on the radiator grille
as instructed by the Government Representative. The LED lights
shall be sealed and weather-proof, vibration, moisture and corrosion
resistant to suit the intended heavy-duty application for outdoor
usage. Minor modification and reinforcement of housing on the
radiator grille may be required to suit the installation work. The
details of the grille lights shall be subject to approval by the
Government Representative.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 31 of 38
(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Technical Specifications

Case

: Flush-mounted case, weather-proof,


resistant molded polycarbonate lens.

impact

Colour

: Red (offside)/blue (nearside).

Light

: Wide angle LED with spreader optic lens to fill the


light head evenly with light.

Frequency & : A fixed frequency between 1 and 2.5 Hz with


number/mode
quadruple flashes; flashing of the left and right
of flashes
lights shall be alternative.
Intensity

: High and low intensity level (Class 2) for day and


night operation respectively. The low intensity
shall be selected automatically when the front
position lamps are switched on.

Dimensions

77 mm (H) x 124 mm (W) (approximate).

(f) Rear Panel Mounted Directional Lights


One (1) pair of rear panel mounted directional lights shall be supplied
and installed on the rear top side of the Vehicle, with a switch control
clustered in the drivers cab or a position as directed by the
Government Representative.
Case

: Flush-mounted case, full corrosion resistant,


weatherproof, impact resistant moulded UV
stabilised polycarbonate cover lens.

Colour

: Red (offside)/blue (nearside).

Light

: Two (2) numbers LED, 180coverage.

Intensity

: High and low intensity (Class 2) for day and night


operation respectively. The low intensity mode
shall be selected automatically when the front
position lamps are switched on.

Frequency & : A fixed frequency between 1 and 2.5 Hz with


number/mode
quadruple flashes; flashing of the left and right
of flashes
lights shall be alternative.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 32 of 38
(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

Technical Specifications

(g) Siren and Public Address System


A set of 12/24 Volt DC siren/public address amplifier (For Tenderers
reference, the model currently used in large van (police version) is
Premier Hazard, Model 6009X.) shall be provided and installed on
the Vehicle.
Siren and public address system shall comply with the following
specifications:
Output

: At least 100 Watt output.

Feature

: Wail/Yelp/Hi-Lo/Air
system.

Volume
Control

: Variable for all features from a minimum of 90


dB(A) measured at 3 m away.

Accessories

: Microphone, extension cable and at least 100 Watt


under hook speaker.

Horn/Radio

Broadcast

One (1) siren and one (1) under hood speaker shall be supplied and
installed. Mounting reinforcement of a stainless steel stiffener at least
3 mm thick shall be provided to strengthen the installation. All units
shall be vibration resistant and have radio frequency interference
suppression to prevent radio interference. The above unit shall be
wired-up through fuse and switch to the auxiliary power supply
circuit.
The speaker shall be installed inside the engine compartment or at a
location as directed by the Government Representative before
commencement of work. Protective wire mesh shall be provided if the
speaker is installed at the roof of drivers cab.
(h) Alternating Flashing Unit for High Beam Headlights
A nearside and offside alternating flashing unit for high beam
headlights with switch and fuse shall be provided and installed. (For
Tenderers reference: the model currently used in large van (police
version) is Premier Hazard, Hazard 620-103). Control of the
alternating flashing unit shall be linked to the control unit of the front
roof corner mounted directional lights system.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 33 of 38
Technical Specifications

(M)

3.16

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

CCTV and Digital Video Recording Systems


The CCTV system shall be designed to record events 360o outside the
Vehicle for operation purpose, while the Digital Video Recording System
(DVR) shall be designed for the Vehicle installation and be capable of
recording events directly in both sides front, directly behind and the
speedometer for road conditions monitoring purpose. The CCTV system
shall be activated by control console, while the DVR system shall be
activated automatically when the engine is started and deactivated when
the engine is stopped. The specifications are:
(a) The systems shall be compatible with and powered by the Vehicle
electric power system. The electrical cable and switch specifications
shall be suitable for local operation conditions such as the tropical
temperature and high humidity. All external mounted devices
including their cable and connectors shall be designed for outdoor
usage to IP65 or above. Both systems shall have the video and audio
recording and play back functions, with the recording device
recording data on the memory card or a removable hard disk
simultaneously.
(b) The systems shall be operated under 0.1 Lux illuminations with
built-in infrared emitter. The charge-coupled device (CCD)
cameras shall have a minimum image solution of 510 x 492 pixels. In
case of adverse working condition with insufficient light intensity, the
equipment shall also provide self-supplementary light not less than
the minimum subject illumination of the CCD cameras. The CCTV
cameras shall be installed at the locations as approved by the
Government Representative before commencement of work and
provided with PTZ functions, with remote directional and zoom
control for camera(s) inside the drivers cab and with the following
features:
(1) Optical zoom: minimum 25 times;
(2) Pan range: 0 - 360o;
(3) Tilt range: minimum 45o; and
(4) Waterproof housing to IP65 or above.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 34 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

(c) A multi-screen colour LED monitor displaying captured videos


including both sides front, rear and speedometer for DVR system
shall be installed near the dashboard. Four (4) LED colour monitors
displaying captured videos from CCTV camera(s) shall be installed
near the front console or at the locations as approved by the
Government Representative before commencement of work. The
diagonal size of the monitors shall not be less than 254 mm. If the
monitor will be hit by any belted occupant in the event of frontal
collision, the monitor or its frame shall meet the impact absorption
requirements stipulated in UNECE Regulation 21 or equivalent
international or national standards. The scope of vision and
performance requirement of RVD system shall comply with the latest
version of A Guide for the installation of Devices to Assist
Reversing of Goods Vehicles published by the Transport
Department of Hong Kong.
(d) The CCTV and DVR storage mediums shall be stored in tamper proof
housings which are accessed by electronic PIN or other forms of
locking mechanism. The digital video recorders shall be capable of
recording up to 20 hours on mediums which shall be able to withstand
shock and vibration conditions. All video recordings shall be digitally
watermarked on the original and subsequent working copies to ensure
recording integrity. Two (2) nos. minimum sixteen (16) gigabyte
capacity memory cards and a high speed USB interface shall be
provided for data transfer purpose for each system. Installation
details of the CCTV and DVR systems shall be submitted to the
Government Representative for approval before commencement of
work.

(M)

3.17

Tactical Signs
Two (2) tactical signs with holders shall be provided. One (1) shall be
fitted on the front nearside and the other shall be fitted on the rear offside
of the Vehicle as shown in drawing at Attachment III to Technical
Specifications.

(M)

3.18

Department Logo, Signs and Reflective Marking


All lettering / signs / characters and markings shall be made of reflective
materials. (For Tenderers reference, the models currently used are 3M
Scotchlite Reflective Sheeting Diamond Grade DG3 Series 4090, 4092 and

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 35 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

4095 and Reflexite Daybright Sheeting VC612 Yellow and V312


Red#12.) The actual materials to be used shall be approved by the
Government Representative before commencement of work. The
materials shall be suitable for high pressure washing, e.g. by sealing all
edges with approved sealant. The following markings and lettering shall
be provided and stuck on the Vehicle. A sketch of markings and lettering
layout, with the actual size, colour and shape of all lettering / signs /
characters and markings for the Vehicle shall be submitted to the
Government Representative for approval before commencement of work.
(a) Red reflective stripes of approximate 350 mm in width lined with a 25
mm wide blue edges on each side (approximate 400 mm in width)
shall be stuck in full length on both sides of the vehicle body. (For
Tenderers reference, the model currently used in large van (police
version) is 3M Scotchlite Reflective Sheeting Diamond Grade
DG3.)
(b) Signs of
POLICE in both English and traditional Chinese
reflective white characters on red backing shall be provided on both
side panels while blue reflective characters
POLICE shall be
provided on the rear panel. For open cell type material, the method is
to stick a white backing covered with red electro-cut aperture film to
give the required characters, unless another method is approved by the
Government Representative. The approximate sizes and locations of
the police signs are as follows and the exact locations will be advised
by Government Representative on site:
Location

Characters

Approximate
Dimensions
(height) x (width)

Both sides panel

English / transverse
240 mm x 140 mm
Traditional Chinese / transverse 250 mm x 240 mm

Rear panel

English / transverse
180 mm x 130 mm
Traditional Chinese / transverse 190 mm x 180 mm

Roof (AM
XXXX)

English / transverse

460 mm x 290 mm

(c) Full width 45 diagonal yellow/red stripes shall be stuck on the lower
section of the rear panel. The method is to stick a yellow backing
covered with red electro-cut film to give the required colour pattern,

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 36 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

unless another method is approved by the Government


Representative. (For Tenderers reference, the model currently used
in large van (police version) is Reflexite Daybright Sheeting.)

(M)

3.19 Body Finish and Markings


(a) The driver cab and exterior of rear body shall be finished in standard
factory colour in White and coating of anti-corrosive primer and
black finishing under the chassis.
(b) Tyre pressure in kPa in Red colour shall be indicated on the top of
the front and rear wheel arches.
(c) Indication label, operation and maintenance instructions in both
English letters and traditional Chinese characters shall be displayed in
appropriate locations for seating capacity, locations for fire
extinguishers, reminders for buckling seat belt, engine emergency
stop, door lock operation, etc.
(d) Appropriate notes and markings in English letters and traditional
Chinese characters shall be placed in the drivers cab to describe the
functions of the control switches.
(e) Overall height of the completed Vehicle in metres under the fully
laden condition shall be marked at a conspicuous position on front
dashboard readily visible to driver at the drivers position with 25 mm
traditional Chinese characters

in white.

(M) 4.

Rust Proofing Treatment


Factory standard rust-proofing treatment shall be provided on complete vehicle
body and under chassis. Interior surface of any hollow tube structures shall also
be coated with anti-corrosion primer.

(M) 5.

Workmanship Requirements
(a)

The electrical accessories shall be properly wired up through fuses, relays,


and switches as appropriate to the electrical system of the Vehicle. All
cables fuses, relays and switches shall be of the same types as those
supplied with the chassis or approved by the Government Representative.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 37 of 38
Technical Specifications

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

All wiring shall be run in conduits having temperature resistance range


from - 40C to 150C where appropriate. All wiring and tubing shall be
securely clipped and located in protected position. Sleeves or grommets
shall be provided when the wiring passes through wall or partition.
(b)

The control switches for the additional electrical accessories installed on


the Vehicle shall be grouped together and located in the front part of the
drivers cab adjacent to the vehicle instrument cluster or any other
positions as advised by Government Representative. The control switches
shall be of the rocker type with clear markings of the ON / OFF position.
Independent switching control for each of the accessory equipment / lights
shall be provided. Plastic label with engraved letters / characters in
English or traditional Chinese in proper size shall be provided for all
switches.

(c)

If a hole is made through the panel, proper weather sealing compound


must be provided to prevent dust and water ingress.

(d)

All inter-connecting wires between batteries, inverter, power sockets etc.


shall be protected appropriately as directed by the Government
Representative. All cables used for DC circuit shall be subject to the
approval of the Government Representative before commencement of
work. (For Tenderers reference, the model currently used in large van
(police version) is "Ripault's".) Switches shall be of double poles.

(e)

For AC electrical supply and equipment, all materials and equipment shall
meet the following requirements and wire up properly through white PVC
high impact conduits as directed by the Government Representative before
commencement of work. The electrical fittings and equipment shall
conform to relevant International Standards and the latest The Institution
of Electrical Engineers (IEE) Regulation or equivalent. Samples of which
shall be submitted to the Government Representative for approval before
commencement of work. The system shall comply with the Code of
Practice for the Electricity (Wiring) Regulation (2009 Edition) published
by the Electrical and Mechanical Services Department. Qualified
personnel shall conduct all electrical installations and testing, with
completion certificate submitted to the Government Representative before
commencement of work.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 38 of 38
Technical Specifications

(M) 6

(f)

All nuts and bolts shall be locked with spring washers or self-locking nuts.
The panel-mounted workpiece must be securely fastened at 50 mm
maximum pitch by closed-type rivets ("Pop or Avdel" or equivalent)
approved by the Government Representative before commencement of
work.

(g)

All screws used for fixing fittings/accessories to the exterior of the Vehicle
must be made of stainless steel.

(h)

Touch-up of the paintwork shall be conducted to match the vehicles


colour wherever modification work has been carried out.

(i)

All add-on items shall be painted in a colour to match with the interior
design of the Vehicle or as directed by the Government Representative.

(j)

Proper treatment shall be applied to prevent galvanic corrosion when


dissimilar metals and alloys having different electrode potentials are used.

Environmental Aspects
All components and materials used on the Vehicle shall be asbestos free.
- End -

Name of Tenderer:
Name, Title and Post of authorised signatory
for and on behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

(To be completed
by Tenderers)
Compliance with
Technical
Specifications
Yes/No

To be completed and returned together with the tender submission

Page 1 of 3

Tender Ref.: AD200612015


Attachment I to the Technical Specifications
Basic Vehicle Information Crowd Management Vehicle

To be completed and returned together with the tender submission

Tender Ref.: AD200612015

Page 2 of 3
Attachment I to the Technical Specifications

Specification of Completed Vehicle


Chassis
Make/Model*
Gross Vehicle Weight (kg)

Transmission

Chassis Kerb Weight (kg)

Transmission Gear Ratios

Maximum Payload (kg)

Vehicle Dimensions

Turning diameter, wall to wall

Overall Length (OL) (mm)

(mm)
Gradeability

Overall Width (OW) (mm)

Engine

Overall Height (OH) (mm)

Power-to-weight ratio (kW/tonne


GVW)
Engine Capacity (c.c.)
Maximum Power (kW@rpm)
Others

Emission Standard

Fuel Tank Capacity (Litre)


Alternator and Batteries
Main Battery Capacity (Ah)
Maximum Alternator Output

Volt

Amp

Auxiliary Battery Capacity (Ah)

Note:
* The chassis Make / Model shall be identical with those offered in Part 1(c) of Schedule C.

To be completed and returned together with the tender submission

Tender Ref.: AD200612015

Page 3 of 3
Attachment I to the Technical Specifications

Specification of Completed Vehicle


Pump Engine Set
Make/Model
Rated Power

kW

Vehicle Weight Distribution


1st Axle
Chassis Cab Weight
Rear body, including the hull body works,
tools, 90% filled fuel tank and the other
liquid containing systems (including water
tank, tear gas tank, dye stuff tank and foam
tank etc. to 100% of the capacity specified
by the manufacturer) and all accessories
Four (4) persons including driver
(75 kg for driver and 68 kg person)
Remaining payload of Vehicle
Technically permissible maximum axle
load

Name of Tenderer:
Name, Title and Post of authorised signatory for and on
behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

2nd Axle

3rd Axle

Total (kg)

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 1 of 4
Attachment II to the Technical Specifications

Index of Documentary Evidence


(I)

Terms of Tender (Supplement)


Required
documentary evidence

Corresponding
Paragraph in Terms
of Tender
(Supplement)

Technical information of
chassis from the manufacturer
Type approval certificate or
written confirmation

Supporting document
provided / to be
provided by Tenderer
(Please state the source.)

Relevant section /
page in the
supporting
document

20(b)(iii)(1)
20(b)(iii)(2) or
20(b)(iii)(3)

Dimensional layout drawings

20(b)(iii)(4)

Technical information,
arrangement and design of
various systems

20(b)(iii)(6)

(II) Technical Specifications


Required documentary evidence

Water pump
Foam proportioning unit
Pump engine set
Portable foam transfer pump

Corresponding
Clause in Technical
Specifications

3.1(h)
3.1(h)(vii)
3.1(i)
3.1(j)(vii)

Roof monitor

3.2

Lateral and rear protection nozzles

3.3

Forward protection monitor

3.4

Supporting
Relevant section /
document
page in the
provided / to be
supporting
provided by
document
Tenderer
(e.g. catalogues,
(Please also state the product specification
sheets)
make / model.)

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 2 of 4
Attachment II to the Technical Specifications

Required documentary evidence

Corresponding
Clause in Technical
Specifications

Roof and underbody protection nozzles

3.5

Pressurizing and air filtering system

3.10

Split-charging system

3.12(c)

On-board battery charger system

3.13

Front mounted directional lights

3.15(d)

Radiator grille mounted directional


flashing lights

3.15(e)

Rear panel mounted directional flashing


lights

3.15(f)

Siren and public address system

3.15(g)

Alternating flashing unit

3.15(h)

CCTV and digital video recording


system

Supporting
Relevant section /
document
page in the
provided / to be
supporting
provided by
document
Tenderer
(e.g. catalogues,
(Please also state the product specification
make / model.)
sheets)

3.16

Department logo, signs and reflective


3.18
marking
N.B.: Please use separate sheet(s) if the space provided above is inadequate.

Name of Tenderer:
Name, Title and Post of authorised signatory for and
on behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 3 of 4
Attachment II to the Technical Specifications

Abbreviations
Not specified quantities and units used in the Technical Specifications are based on ISO/IEC 8000 system.
A.C.
AFFF
Ah
Amp, A

- Alternative Current
- Aqueous Film Forming Foams
- Ampere per hour
- Ampere

AM
AV
BS
CAT5e

- Amplitude Modulation
- Audio Visual or Audio / Video
- British Standards
- Category 5 enhanced

CCD
CCTV
CD

- Charge Coupled Device


- Close Circuit Television
- Compact Disk

CFC
dB(A)
DC
EC

- Chlorofluorocarbon
- Decibel in A-weighted
- Direct Current
- European Commission

ECE
EMSD
EN
FM
GRP
GVW

- Economic Commission for Europe


- Electrical and Mechanical Services Department
- European Standards
- Frequency Modulation
- Glass Reinforced Polyester
- Gross Vehicle Weight

HD
HDMI

- High Definition
- High Definition Multimedia Interface

HEPA filter
Hz
IEC
IMM
ISO

- High Efficiency Particulate Air filter


- Hertz
- International Electrotechnical Commission
- International Maritime Mobile
- International Organization for Standardization

IP
kg
kPa

- Ingress Protection Code as defined in IEC Standard 60529


- Kilogram(s)
- Kilopascal

kW
LAN
LCD
LED

- Kilowatt(s)
- Local Area Network
- Liquid Crystal Display
- Light Emitting Diode

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 4 of 4
Attachment II to the Technical Specifications

Lm
m
MCB

- lumens
- Metre
- Miniature Circuit Breaker

MCCB
mm
m/sec
PGP

- Moulded Case Circuit Breaker


- Millimeter
- Metre per second
- Positive Grip Pattern

PTT
PTZ
PVC
RH

- Press to Talk
- Pan Tilt Zoom
- Polyvinyl Chloride
- Relative Humidity

R/T

- Radio Transceiver

SiRFstarIII
TFT

- GPS Controller Chip manufactured by SiRFstar Technology


- Thin-film transistor

UNECE
USB
UTP
UV

- United Nations Economic Commission for Europe


- Universal Serial Bus
- unshielded twisted pair
- Ultra Violet

V
VGA
W
XGA
C
2U

- Voltage
- Video Graphics Array
- Watt(s)
- Extended Graphics Array
- degree Celsius
- Height of two rack unit

- Percentage

Tender Ref.:AD200612015

Page 1 of 3
Attachment III to the Technical Specifications

Tender Ref.: AD200612015

Page 2 of 3
Attachment III to the Technical Specifications

Tender Ref.: AD200612015

Page 3 of 3
Attachment III to the Technical Specifications

To be completed and returned together with the tender submission.


Tender Ref.: AD200612015

Page 1 of 4
Schedule A Price Schedule

Paragraph 1 of Price Schedule: The Contract Price


Paragraph 1(a) of Price Schedule: The unit price
F.I.S. / Hong Kong
Item

Estimated
Quantity

Description

Crowd Management Vehicles to be in


compliance with (a) all mandatory
features set out in the Technical
Specifications, (b) if and to the extent
the Tenderer has indicated compliance,
the desirable features, and (c) all
requirements under other parts of the
Contract (excluding Optional Items)
including but without limitation the
required items and services listed in
Paragraph 4(a) of the Terms of Tender
(Supplement)
Cost Breakdown of Item 1 (A Tenderer
shall provide the cost breakdown in (a)
and (b)):
(a)
Cost of the Vehicle (excluding
Clause 3 of the Technical
Specifications)
(b)

Cost of the Additional Features


of the Vehicle as stipulated in
Clause 3 of the Technical
Specifications

(A)
3 Units

Unit Price
*HK$/US$
(B)

3 Units

3 Lots

Estimated Contract Price (alternatively referred to as Total Quotation)


[i.e. Sub-Item 1(a)+Sub-Item 1(b)]:

Name of Tenderer:
Name, Title and Post of authorised signatory for and on
behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Telephone No.:

Facsimile No.:

Date:

Total Price
*HK$/US$
(A x B)

To be completed and returned together with the tender submission.


Tender Ref.: AD200612015

Page 2 of 4
Schedule A Price Schedule

N.B.:

(a) In preparing this Schedule, a Tenderer should pay particular attention to the
provisions in Paragraph 5.2 of the Terms of Tender (GLD-TERMS-1
(December 2015)) and Paragraph 4 of the Terms of Tender (Supplement). All
prices quoted above must be fixed and not subject to any variation of
whatsoever nature; otherwise, the Tender will not be considered further.
(b) * Please refer to Paragraph 4(d) of the Terms of Tender (Supplement) and
specify the currency quoted.
(c) A Tenderer is reminded to sign and submit the Tender Form (G.F. 230) (for
Paper-based Tendering) and to note the tender validity requirement as
stipulated in Paragraph 11 of the Terms of Tender (Supplement) when
submitting its Tender.

To be completed and returned together with the tender submission.


Tender Ref.: AD200612015

Page 3 of 4
Schedule A Price Schedule
F.I.S. / Hong Kong

Item
2

Estimated
Quantity

Description

Unit Price
*HK$/US$

Optional Items

2.1
(a)

Additional publications:
Operation and maintenance workshop
manual in English or traditional Chinese
(hard copy)

(b)

Operation and maintenance workshop


manual in English or traditional Chinese
(soft copy)

1 set

(c)

Parts catalogue in English or traditional


Chinese (hard copy)

1 set

(d)

Parts catalogue in English or traditional


Chinese (soft copy)

1 set

(e)

Drivers handbook in English

1 set

(f)

Drivers handbook in traditional Chinese

1 set

1 set

Name of Tenderer:
Name, Title and Post of authorised signatory for and on
behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Telephone No.:

Facsimile No.:

Date:

To be completed and returned together with the tender submission.


Tender Ref.: AD200612015

Page 4 of 4
Schedule A Price Schedule

N.B.:

(a) The Tenderer should enter N/C (i.e. no charge) or other equivalent
expression for any of the Optional Items offered on a free of all charges
basis. If the Tenderer fails to enter any price quotation for any of the
Optional Items, subject to any clarification with the Tenderer concerned, it
shall be deemed that the Tenderer offers the Optional Items free of all charges
to the Government.
(b) * Please refer to Paragraph 4(d) of the Terms of Tender (Supplement) and
specify the currency quoted.
(c)

Any optional publications above which may be procured by the Government


on demand will only be in addition to the quantities for these items specified
in Clause 11 of the Special Conditions of Contract. The charges for the
quantities specified in that Clause are already included and be deemed to have
been included in the Contract Price.

Paragraph 1(b) of Price Schedule: Calculation of Contract Price


Contract Price = {Actual quantity of the Goods accepted by the Government} x {Unit Price
quoted in Paragraph 1(a) above}

Paragraph 2 of Price Schedule: Payment Timetable


Subject to the other provisions of the Contract, the payment for the Contract Price in an Order
shall be made as follows:
(a) 30% of the Vehicle Price payable upon notification by the Contractor to the Government
that the delivery of chassis has been completed and inspected by the Contractor, and
after the receipt of an advance payment bond of the same amount by the Government in
the form shown in Annex C from the Contractor issued by a licensed bank in Hong
Kong;
(b) 70% of the Vehicle Price and 100% of the price of the Optional Items (if any are to be
procured by the Government) payable upon the occurrence of all of the following:
(i) the issuance of the Acceptance Note for the relevant Vehicle;
(ii) the provision of all relevant Documentation referred to in Clause 11 of the Special
Conditions of Contract; and
(iii) the satisfactory completion of all the training courses and demonstrations in
accordance with Clause 13 of the Special Conditions of Contract;
(c) 100% of the price of each item of the Spare Parts (if any are to be procured by the
Government) payable after the acceptance of such item of Spare Parts by the
Government.

To be completed and returned together with the tender submission.


Tender Ref.: AD200612015

Page 1 of 1
Schedule B Payment Terms

Part 1 - Payment Discount


[Please refer to Paragraphs 12(b) and 16(c)(ii)(1) of the Terms of Tender (Supplement).]
The Contractor agrees to grant the following discounts on any amount payable under the
Contract if payment is made in full within:
(a)

7 working days from the date of receipt of the invoice or from the date such amount
falls due under the terms of the Contract, whichever is the later:
% discount.

(b)

8 to 14 working days from the date of receipt of the invoice or from the date such
amount falls due under the terms of the Contract, whichever is the later:
% discount.

N.B.:

(i)

Payment discounts offered by a Tenderer will not be taken into consideration


in the tender price assessment.

(ii)

A Tenderer is required to ensure that no more than two digits after the decimal
place are quoted for the above discount. Please insert the word NIL in the
spaces provided above if the Tenderer does not offer any payment discount.

Part 2 - Banking Details


[Please refer to Paragraph 12(c) of the Terms of Tender (Supplement), which is applicable
only if a Tenderer is from a place outside Hong Kong.]
For payment to be made by telegraphic transfer:
(a)

Bankers Name :

(b)

Address :

(c)

Name of Account :

(d)

Account Number :

(e)

Sorting Code :

Name of Tenderer:
Name, Title and Post of authorised signatory for and
on behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 1 of 2
Schedule C Product Information

Part 1 - Particulars of Offer


[Please refer to Paragraphs 5 and 20(a) of the Terms of Tender (Supplement).]

(a)

Place of Manufacture

(b)

Name of Manufacturer

(c)

Chassis Make /Model

N.B.: (i)
(ii)

Please use separate sheets if the space provided above is inadequate.


A Tenderer shall provide the particulars of the offered Vehicles as required
in this Part together with its Tender before the Tender Closing Time.
Otherwise, the Tenderers Tender will not be considered further.

Part 2 - Delivery Schedule


[Please refer to Paragraph 6 of the Terms of Tender (Supplement).]
*(a)

I/We confirm that I/we will adhere to the delivery requirement stated in
Paragraph 6(a) of the Terms of Tender (Supplement).

*(b)

I/We would like to offer the following alternative delivery date in accordance with
Paragraph 6(b) of the Terms of Tender (Supplement) for the Government's
consideration:
Delivery offered: to be completed within

N.B.: (i)

months from the Contract Date.

*Delete whichever is not applicable.

(ii)

If a Tenderer does not complete this Part, it shall be deemed that the
Tenderer agrees with and is bound by the delivery requirements
specified in Paragraph 6(a) of the Terms of Tender (Supplement).

(iii)

A Tender will not be considered further if the alternative delivery date


is later than eighteen (18) months from the Contract Date. If an
alternative delivery date is proposed and accepted by the Government,
the Tenderer shall be bound by such date.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 2 of 2
Schedule C Product Information

Part 3 - Warranty
[Please refer to Paragraph 7 of the Terms of Tender (Supplement).]
*(a)

I/We confirm that free warranty period of 36 months effective from the date of
Acceptance Note for a Vehicle is offered for all parts of that Vehicle with the scopes as
specified in Clause 15 and Clause 16 of the Special Conditions of Contract.

*(b)

I/We confirm that the minimum free warranty period of 36 months effective from the
date of Acceptance Note for a Vehicle cannot be offered for all parts of that Vehicle
with the scopes as specified in Clause 15 and Clause 16 of the Special Conditions of
Contract.

*(c)

I/We confirm that the following extended free warranty package on top of the essential
warranty requirements stipulated in Paragraph 7(a) of the Terms of Tender
(Supplement) is offered for each Vehicle:
Extended free warranty package on top of
the essential warranty requirements:

N.B.: (i)
(ii)

Month(s)

*Delete whichever is not applicable.


A minimum 36 months of free warranty for all parts of each Vehicle from
the date of the Acceptance Note of that Vehicle with the scope specified in
Clause 15 and Clause 16 of the Special Conditions of Contract is required. If
a Tenderer does not complete this Part, it shall be deemed that the Tenderer
agrees to and is bound by the minimum free warranty requirement specified
in Clause 15 and Clause 16 of the Special Conditions of Contract. A Tender
offering a free warranty for all parts of the Vehicle less than this minimum
requirement will not be considered further.

(iii) If a Tenderer offers any extended warranty period on top of the essential
warranty requirement specified in Paragraph 7(a) of the Terms of Tender
(Supplement), it shall provide such information with its Tender.

Name of Tenderer:
Name, Title and Post of authorised signatory for and
on behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 1 of 4

Schedule D Details of Local Support


Part 1 Workshop Facilities and Manpower Resources
[Please refer to Paragraph 8 of the Terms of Tender (Supplement).]

(a) Number of workshop


Number of workshop(s)

Operated by
(Please specify the name of the Tenderer or its proposed local agent.)

Tenderers shall provide the information requested in Sections (b) to (d) below for each
workshop.
(b) Details of Workshop Facilities and Equipment
[Please refer to Paragraph 8(a)(i) of the Terms of Tender (Supplement) and N.B. (4) below.]
(i)

Address of vehicle workshop:

(ii)

Whether the workshop is located in a building (Yes or No)?

(iii) Total gross floor area:


(iv)

Total number of covered parking spaces:

(v)

Details of facilities and equipment installed:


Number
Vehicle lift
Welding machine
Others (please specify)

(vi)

Model

:
:

Opening days and hours of the workshop:

(vii) Maximum number of Vehicles that can be serviced at any one time:

(viii) Contact telephone numbers:


(1) Normal working hours
(2) Outside normal working hours

:
:

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 2 of 4

Schedule D Details of Local Support


(c) Details of Manpower Resources
[Please refer to Paragraph 8(a)(ii) of the Terms of Tender (Supplement) and N.B. (4) below.]
(i)

Vehicle mechanics:
(1) Number of vehicle mechanics working in the workshop

(2) Number of vehicle mechanics, who are specialised in


electrical services, working in the workshop
:
(ii)

Supervisory grade staff:


Number of supervisory grade staff, who possess higher certificate
in vehicle engineering or relevant higher qualifications, working in
the workshop
:

(d) Details of Trade Licence


[Please refer to Paragraph 8(a)(iii) of the Terms of Tender (Supplement) for the minimum
requirement on trade licence.]
(i)

Number of trade licence available for


execution of the Contract:

(ii)

Details of trade licence: __________________________________________________

N.B.: (1) Please use separate sheet(s) to provide information for each workshop if the
number of workshops is more than one or the space provided above is
inadequate.
(2) A Tenderer shall submit the information required in Part 1 of this Schedule
together with its Tender before the Tender Closing Time or by the time
which may subsequently be specified by the Government at the
Governments discretion. Otherwise, the Tenderers Tender will not be
considered further.
(3) If the information submitted fails to substantiate that the Tenderer or its
proposed local agent has the workshop facilities, manpower resources and
trade licence meeting the requirements specified in Paragraphs 8(a)(i) to
8(a)(iii) of the Terms of Tender (Supplement) for carrying out the warranty
repair and after-sales services, the Tenderers Tender will not be considered
further.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 3 of 4

Schedule D Details of Local Support


(4) If a Tenderer has proposed more than one (1) workshop to carry out the
warranty repair and after-sales services, the Tenderers attention is drawn
that at least one (1) of the proposed workshops must fulfill all the
requirements specified in Paragraph 8(a)(i) of the Terms of Tender
(Supplement).

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 4 of 4

Schedule D Details of Local Support

Part 2 Party responsible for performing the warranty repair and after-sales services
in Hong Kong
[Please refer to Paragraphs 8(d), 8(e) and 20(b) of the Terms of Tender (Supplement). If no
local agent is to be appointed and the Tenderer performs the warranty repair and after-sales
services on its own, the Tenderer shall enter its own name below.]
Contact Details:
(a)
Name of Local Agent

(b)

Address of Local Agent

(c)

Telephone Number

(d)

Facsimile Number

(e)

E-mail Address

Part 3 Warranty Repair and After-sales Services


[Please refer to Paragraph 8(g) of the Terms of Tender (Supplement).]
I/We would like to offer the following warranty repair and after-sales services for the
Vehicles during the Warranty Period (excluding any extended warranty period offered in Part
3 of Schedule C (Product Information)) which are wider in scope than those stipulated in
Clause 15 and Clause 16 of the Special Conditions of Contract, free of all charges to the
Government, for the Government's consideration:

N.B.:

(i)

If a Tenderer does not complete this Part, it shall be deemed that the Tenderer
agrees with and is bound by the warranty requirements specified in the
Clause 15 and Clause 16 of the Special Conditions of Contract.

(ii)

Please use separate sheets if the space provided above is inadequate.

Name of Tenderer:
Name, Title and Post of authorised signatory for and on
behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 1 of 1
Schedule E Body Construction

Part 1 - Contact Details of Body Builder


[Please refer to Paragraphs 9(a) and 20(b) of the Terms of Tender (Supplement) and
Clause 12 of the Special Conditions of Contract.]
Contact Details

(a)

Name of Body Builder

(b)

Address of Body Builder

(c)

Telephone Number

(d)

Facsimile Number

N.B.: If the Tenderer will undertake the overall design and construction of the Vehicles
itself, the Tenderer shall enter its own name in Part 1 above.

Part 2 Programme of Construction Work


[Please refer to Paragraphs 9(c) and 20(b) of the Terms of Tender (Supplement).]
A Tenderer shall submit a programme of construction work to be carried out for the
completion of the Vehicles for the Governments reference.

Name of Tenderer:
Name, Title and Post of authorised signatory for and
on behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 1 of 2
Schedule F Information Schedule

Part 1 Company/Business Organisation Status


[Please refer to Paragraphs 3(a) and 20(c) of the Terms of Tender (Supplement).]
A Tenderer should provide the following details:
(a)
Name and address of the company/business organisation:

(b)

Length of business experience (in years):

(c)

Shareholders/partners/proprietor of the company/business organisation and their


percentage of ownership:

(d)

Name and residential address of the following:


(i)

Managing director/partners:

(ii)

Other directors:

(iii)

Sole proprietor:

(e)

A copy of the Business Registration Certificate, Articles of Association, Certificate of


Incorporation or other constitutional documents or documents evidencing its business
status (Note: The name of company/business organisation shown in the documents as
required shall be the same as the one stated in the Offer to be Bound.)

(f)

A copy of a relevant document showing that the authorised person(s) who sign(s) the
Offer to be Bound has/have the authority to sign for and on behalf of the Tenderer.

N.B.:

The Government will not accept the use of a postal box as the Contractors
correspondence address.

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 2 of 2
Schedule F Information Schedule

Part 2 Information required under Paragraph 24.2 (Government Discretion) of the


Terms of Tender under GLD-TERMS-1 (December 2015)
[Please refer to Paragraph 20(b) of the Terms of Tender (Supplement).]

* (a)

I / We confirm that none of the events as mentioned in Paragraphs 24.2(a) to 24.2(e) of


the Terms of Tender under GLD-TERMS-1 (December 2015) has ever occurred within
the applicable period.

* (b)

I / We confirm that the following event(s) as mentioned in Paragraphs 24.2(a) to 24.2(e)


of the Terms of Tender under GLD-TERMS-1 (December 2015) has occurred within
the applicable period:
Date

Details of the Event

N.B.: * Please delete whichever is not applicable.

Name of Tenderer:
Name, Title and Post of authorised signatory for and on
behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

To be completed and returned together with the tender submission


Tender Ref.: AD200612015

Page 1 of 1

Schedule G Price Terms for the Supply of Spare Parts


1.

Spare Parts Comprehensive List of Spare Parts


[Please refer to Paragraphs 10(b)(i) and 20(b) of the Terms of Tender (Supplement) and
Clause 10 of the Special Conditions of Contract.]
* A comprehensive list (including itemised prices) of spare parts recommended for
proper operation and maintenance of the Vehicles offered during the Fixed Price
Period is attached.

2.

Manufacturers Master List of Spare Parts


[Please refer to Paragraph 10(b)(ii) of the Terms of Tender (Supplement) and Clause 10 of
the Special Conditions of Contract.]
* A copy of the manufacturers master list of Spare Parts is provided for reference.

N.B.: (1) *Please tick whichever is appropriate.


(2) The prices for the recommended spare parts will not be taken into consideration
in the tender price assessment.

Name of Tenderer:
Name, Title and Post of authorised signatory for and on
behalf of the Tenderer:
(for Paper-based Tendering)
Signed by authorised signatory:
(for Paper-based Tendering)
Date:

Tender Ref.:AD200612015
GLD Contract No.:

Annex C

Supply of Crowd Management Vehicles


to the Electrical and Mechanical Services Trading Fund
Form of
Bankers Guarantee for
the Performance of a Contract

THIS GUARANTEE is made on the ............................ day of ..................................


BETWEEN .......................................................................................................................... ..
of ................................................................, a bank within the meaning of the Banking Ordinance
(Chapter 155 of the Laws of Hong Kong) (hereinafter called the "Guarantor") of the one part and
the Government of the Hong Kong Special Administrative Region (hereinafter called the
"Government") of the other part.
WHEREAS
(A)
By a contract (hereinafter called the "Contract") dated the ..
of

made
between

of (hereinafter called the "Contractor") of the one part and the


Government of the other part (designated as Government Logistics Department Contract
No. ), the Contractor agreed and undertook to supply crowd management
vehicles (hereinafter called the "Vehicles") upon the terms and conditions of the Contract.
(B)
The Guarantor has agreed to guarantee in the manner and on the terms and conditions
hereinafter appearing, the due and faithful performance of the Contract by the Contractor.
Now the Guarantor HEREBY AGREES with the Government as follows:
(1)
Where applicable, words and expressions used in this Guarantee shall have the
meaning assigned to them under the Contract.
(2)

In consideration of the Government entering into the Contract with the Contractor:
(a) The Guarantor hereby irrevocably and unconditionally guarantees the due
and punctual performance and discharge by the Contractor of all of his, her
and their obligations and liabilities under the Contract and the Guarantor
shall pay to the Government on demand and without cavil or argument all
monies and discharge all liabilities which are now or at any time hereafter
shall become due or owing by the Contractor to or in favour of the
Government under or in connection with the Contract together with all costs,
charges and expenses on a full indemnity basis which may be incurred by the
Government by reason or in consequence of any default on the part of the
Contractor in performing or observing any of the obligations terms
conditions stipulations or provisions of the Contract.

Page 1 of 5

Tender Ref.:AD200612015
GLD Contract No.:

Annex C

(b) The Guarantor, as a primary obligor and as a separate and independent


obligation and liability from its obligations and liabilities under sub-clause
(a) above, irrevocably and unconditionally agrees to indemnify and keep
indemnified the Government against and shall pay to the Government on
demand and without cavil or argument all losses, damages, costs, charges
and expenses on a full indemnity basis suffered or incurred by the
Government arising from or in connection with the failure of the Contractor
to perform fully or promptly any of his, her or their obligations terms
conditions stipulations or provisions of the Contract.
(c) The Guarantor further agrees that all dividends, compositions and payments
which the Government may at any time receive from the Contractor or from
his, her or their estate or estates, whether in liquidation, bankruptcy or
otherwise, in respect of all such losses, damages, costs, charges and expenses
shall be taken and applied by the Government as payments in gross, and that
this Guarantee shall stand good in respect of the balance to the full amount of
_____________.
(3)
This Guarantee shall not be affected by any change of name or status in the company,
firm or individual described as "the Contractor" or where "the Contractor" is a partnership, any
change in the partners or in its constitution.
(4)
The Guarantor shall not be discharged or released from this Guarantee by any
arrangement made between the Government and the Contractor or by any alteration in the
obligations imposed upon the Contractor by the Contract or by any waiver or forbearance granted
by the Government to the Contractor as to payment, time, performance or otherwise whether or
not such arrangement, alteration, waiver or forbearance may have been or is made or granted with
or without knowledge or assent of the Guarantor.
(5)
Without prejudice to Clause 4 above, the obligations of the Guarantor under this
Guarantee shall remain in full force and effect and shall not be affected or discharged in any way
by, and the Guarantor hereby waives notice of or assents to:
(a) any suspension, termination, amendment, variation, novation or supplement
of or to the Contract from time to time (including without limitation
extension of time for performance);
(b) any provision of the Contract being or becoming illegal, invalid, void,
voidable or unenforceable;
(c) the termination of the Contract or of the engagement of the Contractor under
the Contract for any reason;

Page 2 of 5

Tender Ref.:AD200612015
GLD Contract No.:

Annex C

(d) any forbearance, variation, extension, discharge, compromise, dealing with


exchange, waiver or renewal in respect of any right of action or remedy that
the Government may have, now or after the day of this Guarantee, against
the Contractor and/or the negligence, failure, omission, indulgence or delay
by the Government in enforcing any right, power, privilege to or remedy
available to the Government in relation to the obligations of the Contractor
set out in the Contract;
(e) the voluntary or involuntary liquidation, bankruptcy, dissolution, sale of
assets, receivership, general assignment for benefit of creditors, insolvency,
reorganisation arrangement, composition, or other proceedings of or
affecting the Contractor or its assets, or any change in the constitution of the
Contractor;
(f) any assignment, novation or sub-contracting by the Contractor of any or all
of its obligations set out in the Contract;
(g) without prejudice to the generality of the foregoing, any fact or event
(whether similar to any of the foregoing or not) which in the absence of this
provision would or might constitute or afford a legal or equitable discharge
or release of or defence to the Guarantor, other than the express release of its
obligations.
(6)
This Guarantee shall extend to any variation, novation of or amendment to the
Contract and to any agreement supplemental thereto agreed between the Government and the
Contractor and for the avoidance of doubt, the Guarantor hereby authorises the Government and
the Contractor to make any such amendment, variation, novation or supplemental agreement
without its notice or assent.
[In the case this Guarantee serves as the Contract Deposit as required under Clause 19 of the
Special Conditions of Contract]
(7)
This Guarantee shall have immediate effect upon execution and is a continuing
security. This Guarantee shall cover all of the obligations and liabilities of the Contractor under
the Contract and shall remain in full force and effect and irrevocable until:
(a) the date falling three (3) months after the completion of the Warranty Period
of the last Vehicle accepted by the Government under the Contract; or
(b) the date on which all the obligations and liabilities of the Contractor under
the Contract have been duly carried out, completed and discharged in
accordance with the Contract,
whichever is the later.
[In the case this Guarantee serves as the advance payment bond as required under Paragraph
2(a) of the Price Schedule]

Page 3 of 5

Tender Ref.:AD200612015
GLD Contract No.:

Annex C

(7)
This Guarantee shall have immediate effect upon execution and is a continuing
security. This Guarantee shall cover all of the obligations and liabilities of the Contractor under
the Contract and shall remain in full force and effect and irrevocable until the date of the last
Acceptance Note in respect of the Vehicles or until payment by the Guarantor to the Government
the full amount as specified in Clause (14) below.
(8)
This Guarantee is in addition to and shall not merge with or otherwise prejudice or
affect any contractual or other right or remedy or any guarantee, indemnity, lien, pledge, bill,
note, charge or any other security which the Government may at any time hold (collectively
"Other Security") and this Guarantee may be enforced by the Government without first having
recourse to any of the Other Security or taking any steps or proceedings against the Contractor,
and notwithstanding any release, waiver or invalidity of the Other Security.
(9)
Any demand, notification or certificate given by the Government specifying amounts
due and payable under or in connection with any of the provisions of this Guarantee shall be
conclusive and binding on the Guarantor.
(10)
The obligations expressed to be undertaken by the Guarantor under this Guarantee are
those of primary obligor and not as a surety.
(11)
This Guarantee shall be governed by and construed according to the laws for the
time being in force in the Hong Kong Special Administrative Region of the People's Republic
of China ("Hong Kong") and the Guarantor agrees to submit to the exclusive jurisdiction of the
courts of Hong Kong.
(12)

All documents arising out of or in connection with this Guarantee shall be served :
(a) upon the Government, at the Government Logistics Department of 9/F North
Point Government Offices, 333 Java Road, North Point, Hong Kong, Director
of
Government
Logistics
marked
for
the
attention
of
_______________________, facsimile number ______________;
(b) upon the Guarantor, at ___________________________________________,
Hong Kong, marked for the attention of ____________________________,
facsimile number ______________.

(13)
Documents to be served under this Guarantee shall be deemed to have been duly
served by one party if sent by letter or fax addressed to the other party at the address stated
above or to the facsimile number set out above. The documents so served shall be effective (a)
on the date of delivery if hand-delivered; (b) on the date of transmission if sent by facsimile;
and (c) if despatched by mail (whether registered or not), on the day on which they are tendered
for delivery by the postal authority in Hong Kong.
(14)
The aggregate amount of the Guarantor's liability under this Guarantee shall not
exceed_________________.
(15)

The Guarantor hereby acknowledges that

Page 4 of 5

Tender Ref.:AD200612015
GLD Contract No.:

Annex C

(a)

the Guarantor should read and fully understand, with the benefit of
independent legal advice if necessary, the terms and conditions of this
Guarantee before entering into this Guarantee.; and

(b)

no Government officer is authorised to advise on, make representations


regarding or amend (other than by a written instrument signed by both the
Guarantor and the Government) the terms and conditions of this Guarantee.

IN WITNESS whereof the said Guarantor ....................................... has caused its


Common Seal/Seal to be hereunto affixed the day and year first above written.
*

The [Common Seal/Seal*] of the said


Guarantor was hereunto affixed and
signed by ...........................................
...........................................................
[Name & Title]
duly authorised by its board of
directors.................
.............

)
)
)
)
)
)
)

Signed Sealed and Delivered


for and on behalf of and as
lawful attorney of the Guarantor
under power of attorney dated
.......... and deed of delegation
dated .....................................
by ..........................................
[Name & Title]
and in the presence of ..........
............................................
[Name & Title]

)
)
)
)
)
)
)
)
)
)

Please delete as appropriate

See Powers of Attorney Ordinance (Chapter 31 of the Laws of Hong Kong)

Note :

When bankers guarantees are executed under power of attorney, a


photocopy of the power of attorney, certified on each page by a Hong Kong
solicitor that it is a true and complete copy of the original must be
submitted.

GLD(ProD)15(Rev. 11/2014)

Page 5 of 5

Tender Ref.: AD200612015

Annex D

FORM OF WARRANTY AGREEMENT


THIS DEED OF WARRANTY is made on the ..... day ..... of 20
BETWEEN
[......] [of]/[whose registered office is at]
[......] (Sub-contractor)
AND
The Government of the Hong Kong Special Administrative Region of the Peoples Republic
of China (Government)

WHEREAS
(A)

By a contract dated [.] (Contract) made between (1) the


Government and (2) [..] (Contractor),
the Contractor has agreed to supply crowd management vehicles (Vehicles) to
the Government upon the terms and conditions contained in the Contract.

(B)

The Sub-contractor has had an opportunity of reading and noting the provisions of
the Contract (other than details of the Contractors prices and rates).

(C)

Pursuant to the Contract, the Contractor wishes to enter into an agreement with the
Sub-contractor (Sub-contract) for the Sub-contractor to carry out and complete a
part of the Vehicles or to provide maintenance and after-sales services for the
Vehicles as more particularly described in the Sub-contract (Sub-contract Work).

(D)

It is a term of the Contract that the Contractor shall procure the Sub-contractor to
execute this deed of warranty (Warranty) in favour of the Government.

Now IT IS AGREED as follows


(1)

The Sub-contractor warrants and undertakes to the Government that


(a)

it has executed and completed and will execute and complete the Sub-contract
Work, and has carried out and will carry out each and all of the obligations, duties
and undertakings of the Sub-contractor under the Sub-contract when and if such
obligations, duties and undertakings shall become due and performable, in
accordance with the terms of the Sub-contract (as the same may from time to time
be varied or amended with the consent of the Government); and

(b)

it will supply the Government with all information as the Government may
reasonably require from time to time in relation to progress of the Sub-contract
Work.

Annex D

Page 1 of 4

Tender Ref.: AD200612015

Annex D

(2)

The Sub-contractor undertakes to indemnify the Government against each and


every liability which the Government may have to any person whatsoever and
against any claims, demands, proceedings, loss, damages, costs and expenses
sustained, incurred or payable by the Government provided that the Sub-contractor
shall have no greater liability to the Government by virtue of this Warranty than
the liability of the Contractor to the Government under the Contract in so far as
and to the extent that the same has arisen by reason of any breach by the Subcontractor of its obligations under the Sub-contract or any negligence or willful
default on the part of the Sub-contractor, its employees, agents, and sub-subcontractors.

(3)

No allowance of time by the Government hereunder or by the Contractor under the


Sub-contract nor any forbearance or forgiveness in or in respect of any matter or
thing concerning this Warranty or the Sub-contract on the part of the Government
or the Contractor, nor anything that the Government or the Contractor may do or
omit or neglect to do, shall in any way release the Sub-contractor from any liability
under this Warranty.

(4)

The Sub-contractor agrees that it will not without first giving the Government not
less than 21 days prior notice in writing exercise any right it may have to
terminate the Sub-contract or treat the same as having been repudiated by the
Contractor or withhold performance of its obligations under the Sub-contract.

(5) (a)

In the event that the Contract or the employment of the Contractor under the
Contract is terminated for any reason whatsoever and if so requested by the
Government in writing 21 days of such termination, the Sub-contractor shall carry
out and complete its obligations under this Warranty and shall enter into a
novation agreement with the Government and the Contractor in which the Subcontractor will undertake inter alia to perform the Sub-contract and be bound by its
terms and conditions as if the Government had originally been named as a
contracting party in place of the Contractor. The said novation agreement will be
in such form as the Government may reasonably require.

(b)

The Government is not bound to request the Sub-contractor to enter into a


novation agreement pursuant to Clause 5(a). Regardless of whether it does so, the
Government shall not be responsible for any losses or damage suffered by the Subcontractor arising from the termination of the Contract.

(6)

The provisions of this Warranty shall be without prejudice to and shall not be
deemed or construed so as to limit or exclude any rights or remedies which the
Government may have against the Sub-contractor, whether in tort or otherwise.

(7)

In the event of any ambiguity or conflict between the terms of Sub-contract and
this Warranty the terms of this Warranty shall prevail.

(8)

Nothing contained in this Warranty shall vary or affect the Sub-contractors rights
and obligations under the Sub-contract.

(9)

The Government shall be entitled to assign the benefit of this Warranty at any time
without the consent of the Sub-contractor being required.

Annex D

Page 2 of 4

Tender Ref.: AD200612015

(10)

Annex D

The address for service of all documents arising out of or in connection with this
Warranty shall be
(a)

upon the Government at [..] Hong Kong.

(b)

upon the Sub-contractor at [..] Hong Kong.

(11)

The Government and the Sub-contractor may change their respective nominated
addresses to another address in Hong Kong but only by prior written notice to each
other. All notices must be in writing.

(12)

This Warranty shall be governed by and construed according to the laws for the
time being in force in Hong Kong, and each of the parties hereto submits to the
non-exclusive jurisdiction of the courts of Hong Kong in relation to any dispute
arising from this Warranty or the Contract.

(13)

Unless the context otherwise requires, terms and expressions appearing herein
shall bear the same meaning given to them in the Contract.

Annex D

Page 3 of 4

Tender Ref.: AD200612015

Annex D

IN WITNESS whereof this Warranty has been executed as a deed on the date first above
written.
THE COMMON SEAL of
[ the Sub-contractor ]
was affixed hereto in
the presence of :

)
)
)
)

Director
(Name)

Director/Secretary
(Name)

SIGNED, SEALED AND DELIVERED


for and on behalf of the Government by [

)
)

[Name]
[Occupation]
(name and appointment of officer) in the presence of :

[Name]
[Occupation]

Annex D

Page 4 of 4

Tender Ref.: AD200612015

Annex E

REPLY SLIP
To:

Director of Government Logistics


(Attn.: Senior Supplies Officer (A))
Fax No.: (852) 2116 0102

Tender Ref.: AD200612015


Supply of Crowd Management Vehicles
to the Electrical and Mechanical Services Trading Fund

BRIEFING SESSION
I/We would like to attend the briefing session to be held on 19 January 2016
at 1500 hours (Hong Kong Time) at the Room 925, 9/F., North Point Government
Offices, 333 Java Road, North Point, Hong Kong.

Full name of Attendee(s)

Post Title

Mr/Mrs/Miss
Mr/Mrs/Miss

Name of Company:

Name and Post of Authorised


Signatory:
Full name (in block letters):
Tel. No.:

Fax No.:

Mobile Phone:

E-mail:

Page 1 of 1

Вам также может понравиться