- Home/
- Philippines/
- Department Of Agriculture/
- Overview
Department Of Agriculture Tender
Department Of Agriculture Tender
Costs
Summary
Supply And Delivery Of Agricultural Machinery And Supplies , Agricultural Machinery And Equipment ,department Of Agriculture - Region Viii
Description
Description Section I. Invitation To Bid Da8-goods-2025-42 (id No. Bt-25-goods-mcra-51123-0005) (id No. Bt-25-goods-mcra-51123-0003) (id No. Bt-25-goods-mcra-51123-0004) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Mcra- 2025 Current Fund Intends To Apply The Sum Of Seven Million Eight Hundred Ninety-seven Thousand Nine Hundred Ninety Pesos Only (p7,897,990.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Agricultural Machinery And Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Per Lot (see Attached Terms & Conditions And Drop-off Points) Upon Receipt Of Ntp. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Qty Uom Item Description Unit Cost Total Cost Supply And Delivery Of Agricultural Machinery And Supplies Agricultural Machinery 9 Units Lot 1. Rotary Tilling Walking Type Agricultural Tractor (multicultivator) 300,000.00 2,700,000.00 Technical Specifications: 1.tiller/cultivator 2. Rated Power A. Diesel/gasoline: Minimum, 9 Hp 3. Continuous Power: Minimum 85% Of Rated Power 4. Starting System, Rope Recoil/electric Starter 5. Transmission: Gear Type 6. With Forward And Reverse 7. With Turning Clutch/pivot Assist 8. Implement And Accessories Included: A. Three (3) Sets Of Blade I. Cultivator Blades Ii. One Pair Deep Trench Forming Knives Iii. One Piece Forming Knives/hilling Up Blades B. Metal Wheel C. Belt Guard/cover D. Mudguard E. Brand New And Compatible Lugged Tires 9. With Original Equipment Manufacturer Manual (oem) 10. Performance Requirements: A. Actual Field Capacity: 0.125 Ha/hr, Minimum B. Fuel Consumption: 2.5 Liters/hr, Maximum C. Noise Level: 92 Db(a), Maximum D. Peak Transmission Efficiency (axle-rotary Type): 80% Minimum 11. With Reflectorized 9 Units Da-amia Logo 3"x3" All Weather Resistant 12. With The Following Standard Heavy Duty Tools And Accessories: A. Open Wrench Set B. Adjustable Wrench (12") C. Grease Gun D. Philips And Flat Screw Driver E. Roll Up Tools Holder F. Provide Personalized/ Fitted Material (water Resistant) For Covering G. With Personal Protective Equipment (minimum Of 3 Sets Each) I. Dust Mask Ii. Earmuff Iii. Eye Protection (safety Goggles) Iv. Hand Gloves K. Provide With Electric Driven Power Sprayer/ Pressure Washer Automatic Type L. Provide With Extra 2 Liters Engine Oil 13. Must Conform To Paes 346:2022 14. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 2 Units Lot 2: Cassava Chipper 240,000.00 480,000.00 Technical Specifications: 1. Output Capacity: 3 Tons/hr, Minimum 2. Prime Mover: 2hp Electric Motor Or 8hp Engine, Minimum 3. Chipping Mechanism: Flywheel Type 4. Cutting Blade: Replaceable And Made High Tensile Stainless 5. Fuel Consumption: 2.5lit/hr, Maximum 6. Noise Level Db (a), Maximum For 6 Hours Continuous Operation 7. With Basic Tools And Accessories In Each Unit A. Three (3) Pcs Open Wrenches B. One (1) Pc Hilips And Flat Screw Driver C. One (1) Pc Adjustable Wrench (12”) D. One (1) Pc Rubber Hammer E. Three (3) Sets Earmuffs F. Three (3) Pcs Dust Masks G. Three (3) Pcs Hand Gloves H. Three (3) Pcs Safety Goggles I. One (1) Spare V-belt (compatible To The Unit) 8. Provide Personalized/ Fitted Material (water Resistant) For Covering 9. Provide Reflectorized And Water Resistant Da-amia Logo (6” X 6”) 10. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 1 Unit Lot 3: Cassava Grater 200,000.00 200,000.00 Technical Specifications: 1. Prime Mover: 2-2.5 Kw Electric Motor, Minimum 2. Single Phase At 220 V 3. Grating Recovery: 94% Min 4. Grating Efficiency: 90%, Min 5. Noise Level (db): 95 At 4 Hours Per Day Operation 6. Input Capacity: 250 Kg/hr Minimum 7. Conform To Paes 249:2018 8. Material: Parts That Are In Direct Contact To The Raw Material Shall Be Made Of Corrosion Resistant And Foodgrade Materials In Compliance To The Food Safety Standards. 2 Units Lot 4: Cassava Granulator 500,000.00 1,000,000.00 Technical Specifications: 1. Output Capacity: 4 Tons/hr, Minimum 2. Granulating Recovery: 99%, Minimum 3. Particle Size: A. Fresh: 10-12mm B. Dried: 8-10mm 4. Prime Mover: 8hp Diesel Or Gasoline Engine, Minimum A. Atleast 80% Continuous Power For Gasoline B. Atleast 85% Continuous Power For Diesel Engine 5. With Basic Tools And Accessories In Each Unit A. Three (3) Pcs Open Wrenches B. One (1) Pc Hilips And Flat Screw Driver C. One (1) Pc Adjustable Wrench (12”) D. One (1) Pc Rubber Hammer E. Three (3) Sets Earmuffs F. Three (3) Pcs Dust Masks G. Three (3) Pcs Hand Gloves H. Three (3) Pcs Safety Goggles I. One (1) Spare V-belt (compatible To The Unit) 6. Provide Personalized/ Fitted Material (water Resistant) For Covering 7. Provide Reflectorized And Water Resistant Da-amia Logo (6” X 6”) 8. Conform To Paes 245: 2018 9. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 19 Units Lot 5: Grass Cutter 20,000.00 380,000.00 Minimum Specifications: Engine Type: Gasoline, Air-cooled, 4-stroke, Single Cylinder Displacement: 35.8 Cc Power: 0.9kw/7500(1.2hp) Fuel Tank Capacity: 0.63l Oil Tank Capacity: 0.1l Working Pole Length: 1650mm Balde: Metal Blade 10 Units Lot 6: Pump And Engine Sets (pisos) 49,999.00 499,990.00 Technical Specifications For Vegetables: 1. Engine: A. Air-cooled B. Gasoline Fueled C. Single Cylinder:4 Stroke D. Direct Injection E. Prime Mover: Output Ranges To 5-6 Hp F. Fuel Consumption 2li/hr,maximum G. Starting System, Rope Re-coil 2. Pump Specifications A. 2"x 2" Centrifugal , Self Priming B. Suction Lift At Least 5 Meters C. Total Dynamic Head Of Not Greater Than 20m (coupled) D. Maximum Pump Discharge Not Less Than 7 Lps E. Pump Casing-aluminum Direct Cast F. Semi-open Cast Iron Impeller G. Power Transmission: Closed Coupled And Mounted On Steel Base With Handle For Easy Handling 3. Accessories And Fittings A. Engine Tool Kit (1 Set) B. Strainer (1 Pc) C. Hose Band (3 Pcs) D. 1,000 Liters Capacity Plastic Container With Aluminum Framing And Appropriate Fittings To Connect The Tank To The Discharge Pipe. Provide Also Tank Platform (see Proposed Platform Plan). F. 1 Pc 2" Diameter By 6m Suction Hose With Camlock (flexible Reinforced Rubber Hose) G. 1 Pc 2" Diameter Ball Valve, Cast Iron H. 5 Pcs 2" Diameter Standard 90 Degree Hdpe Elbow I. 1 Pc 2" Diameter Foot Valve (cast Iron/combination Of Cast Iron And Hdpe Plastic) J. Open Wrench Set K. Adjustable Wrench (12") L. Grease Gun M. Philips And Flat Screw Driver N. Roll Up Tools Holder O. Provide Personalized/ Fitted Material (water Resistant) For Covering P. With Personal Protective Equipment (minimum Of 3 Sets Each) Ii. Earmuff Iii. Eye Protection (safety Goggles) Iv. Hand Gloves Q. Provide With Extra 2 Liters Engine Oil 4. Must Confirm To Paes 114:2000 5. Provide Reflectorized And Water Resistant Da Logo (4" X 4") 6. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 10 Units Lot 7. Stainless Tank 20,000.00 200,000.00 A. Tank Capacity: 200l 22 Units Lot 8. Stainless Water Tank 20,000.00 440,000.00 A. (cylinder) - Stainless Steel ; B. Vertical; 1000l Capacity; C. Non-toxic; D. Food Grade 5 Units Lot 9. Chest Freezer With Avr 60,000.00 300,000.00 Technical Specifications: 1. Capacity: 18 Cu.ft, Min 2. Power: Minimum Of 330 Watts 3. Hd Inverter And Energy Efficient 4. Glass Top/ Solid Top 5. Function: Dual (chiller And Freezer) 6. Defrost System: Manual Or Automatic 7. With Minimum 2 Grips Handle And 2 Wire Baskets 8. With Roller/wheels 9. Interior Must Be Galvanized/aluminum 10. With Atleast 2 Years Warranty 5 Units Lot 10 - Electric Meat Grinder 40,000.00 200,000.00 1. Stainless Steel; 2. Easy To Clean; 3. Heavy Duty 5 Units Lot 11 - Electric Meat Slicer 20,000.00 100,000.00 1. Stainless Steel, 2. Adjustable Thickness Of Slices/cuts; 3. Serrated Blade; 4. Easy To Clean; 5. Durable And Heavy Duty Agricultural Supplies Lot 12: 1,398,000.00 39 Roll Uv Film - 110" X .005" X 150m; Polyethylene; 150 Micron Thickness 25,000.00 975,000.00 60 Roll Plastic Mulch - 1.2 Width X 400m; 25 Microns Thickness 7,050.00 423,000.00 Terms And Conditions: For Lot 1-5: A During The Opening Of Bids, Bidders Shall Submit: 1. Certificate Of Distributorship From The Manufacturer; 2. Certificate Of Accredited Service Center Within The Region That Could Respond Within 72 Hours (including Holidays And Weekends) Upon Request Of The End-user/beneficiary; 3. Namdac Certificate Of Accreditation; 4. Permit To Operate From Bafe; 5. Section Vii (technical Specifications) Of The Bidding Document, Which Must Be Signed And Sealed By Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; 6.valid Amtec Test Reports: I. Engine Rotary Tilling Walking Type Agricultural Tractor (multicultivator) Coupled W/ The Offered Engine Ii. Cassava Chipper Iii.cassava Grater Iv.cassava Granulator 7. Warranty Certificate For The Machinery And Equipment Being Offerred: A. Minimum Of 1 Year For Engine From Date Of Acceptance B. Minimum Of 1 Year On Parts And Services From Date Of Acceptance. B During Post-qualification: 1. The Bidder Shall Submit Certificate Of Conformity From Bafe In Compliance To Da-memorandum Circular No. 30 Series Of 2020, I. Rotary Tilling Walking Type Agricultural Tractor (multicultivator) I. Cassava Grater I. Cassava Granulator 2. Submit Certificate Of Availability Of Stocks & Certainty Of Delivery Within The Delivery Period Stated. C Winning Bidder/s Shall: 1. Deliver Genuine, Unaltered, And Brand New Units; 2. Conduct Necessary Training, After Complete Delivery Of The Items, For The Operation And Maintenance Of The Equipment And Provide Copies Of The Training Module; 3. Deliver The Items Per Lot Upon Receipt Of Notice To Proceed (ntp), See Attached List Of Delivery Points: I. Lots 1 : 40 Calendar Days Ii. Lots 2,3,4 & 5 : 30 Calendar Days Per Lot 4. Shoulder The Delivery And Handling Cost To The Specified Drop-off Point, Materials For Testing, Fuels (if Applicable), Oils (if Applicable) And Other Necessary Requirements; 5. Inform The End-user And The General Services Section Seven (7) Calendar Days Prior To Schedule Of Delivery; D Any Delay Of Delivery Of Item Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; E Payment Scheme; A. 100% Payment Shall Be Made Upon Complete Delivery, Inspection, Testing (test Report With Acceptable Rating), After The Conduct Of Training In The Operation And Maintenance Of The Machines And Equipment; And Acceptance Per Lot; F Winning Bidder/s Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. For Lot 6-11: A. During The Opening Of Bid, Bidders Shall Submit: For Lot 6 1. Certificate Of Distributorship From The Manufacturer; 2. Certificate Of Accredited Service Center Within The Region That Could Respond Within 72 Hours (including Holidays And Weekends) Upon Request Of The End-user/beneficiary; 3. Namdac Certificate Of Accreditation; 4. Permit To Operate From Bafe; 5. Section Vii (technical Specifications) Of The Bidding Document, Which Must Be Signed And Sealed By Licensed Agricultural Engineer/agricultural And Biosystems Engineer; 6. Valid Amtec Test Reports For Pump Set; 7. Warranty Certificate For The Machinery And Equipment Being Offered; A. Minimum Of 1 Year For Engine From Date Of Acceptance, And; B. Minimum Of 1 Year On Parts And Services From Date Of Acceptance. B. Winning Bidder/s Shall: 1. Deliver Genuine, Unaltered And Brand New Units 2. Conduct Necessary Training, After Complete Delivery Of The Items And Provide Copies Of The Training Module; 3. For Lot 6; A. Deliver & Install To The Specified Drop-off Point. See Attached For Lot 7-11; B. Deliver The Items Within 20 Calendar Days Per Lot. To The Specified Drop-off Point After Inspection Of Da-rfo8 Authorized Personnel For The Suppliers Warehouse. 4. Shoulder The Delivery And Handling Cost To The Specified Drop-off Point, Materials For Testing, Oils, Fuels And Other Necessary Requirements; 5. Inform The End-user And The General Services Section Seven (7) Calendar Days Prior To Schedule Of Delivery, And; 6. (for Lot 6) Should There Any Changes Of The Platform Plan, A Shop Drawing Shall Be Submitted Not Later Than 10 Days Upon The Receipt Of Po And Is Subject For Approval Of Da-rfo8. C. Any Delay Of Delivery Of Item Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of Undelivered Items; D. Payment Scheme; A. 100% Payment Shall Be Made Upon Complete Delivery, Inspection, Testing (test Report With Acceptable Rating), After The Conduct Of Training In The Operation And Maintenance Of The Machines And Equipment; And Acceptance Per Lot; E. Winning Bidder/s Shall Submit A Snapshot Of Lbp Savings Account To Effect Payment; For Lot 12: A. During The Opening Of Bids, Bidder Shall Submit: 1. Notarized Affidavit Of Stock Sufficiency From The Source (at Least 50% On-hand And The Remaining 50% Within The Delivery Period); B. The Winning Bidder Shall: 1. Deliver Genuine, Good Condition And Brand New Items; 2. Inform The End-user At Least Seven (7) Working Days Before The Scheduled Date Of Delivery; 3. Deliver Items Based On The Schedule Of Delivery And Designated Drop-off Points (separate Attachment); 4. Conform Upon Notice To Any Changes In The Delivery Schedule Due To Unforeseen Circumstances; 5. Abide With The Right Of The Da To Reject And Request Replacement Of Non-compliant To Specifications; C. Any Delay Of Delivery Of Item Shall Be Subject To Liquidation Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; D. Payment Shall Be Made After Complete Delivery, Inspection, Acceptance And Submission Of All Necessary Documents Required For The Process Of Payment; E. Winning Bidder Shall Submit A Snapshot Of Lbp Savings Account To Effect Payment. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22, 2025 To March 17, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Lot/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On March 03, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 17, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 17, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Eduardo Romano M. De Veyra Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Contact
Tender Id
343959e2-628e-35df-91aa-6d7c1d77a0e4Tender No
11798599Tender Authority
Department Of Agriculture ViewPurchaser Address
-Website
http://https://www.da.gov.ph/