- Home/
- Philippines/
- Department Of Agriculture/
- Overview
Department Of Agriculture Tender
Department Of Agriculture Tender
Costs
Summary
Procurement Of 24 Units Motor Vehicle For Special Purpose (bio-secure Hog Transport Vehicle) Under Livestock Program Cy 2024 Continuing Fund , Vehicles ,department Of Agriculture - Region Iv-a
Description
Description Invitation To Bid For The Procurement Of 24 Units Motor Vehicle For Special Purpose (bio-secure Hog Transport Vehicle) Under Livestock Program Fy 2024 Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Livestock Program Intends To Apply The Sum Of Seventy-three Million Six Hundred Fifty-three Thousand Six Hundred Pesos (ᵽ73,653,600.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 24 Units Motor Vehicle For Special Purpose (bio-secure Hog Transport Vehicle) Under Livestock Program Fy 2024 Continuing Fund With Project Identification No.: Itb-2025-01-142. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 24 Units Motor Vehicle For Special Purpose Bio-secured Hog Transport Vehicle A. Prime Mover Type: Diesel Engine Engine Displacement: 2400 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power - Assisted Steering Transmission System: Constant Mesh -synchromesh (manual) No. Of Drive: 2-wheel Drive, Minimum Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Four (4), Minimum Payload: 2000 Kg, Minimum Gross Vehicle Weight: 4000 Kg, Minimum Front Cabin : Single Container Dimension: 4000 Mm, Minimum D. Customization Minimum Container Design (see Attached Annex A And Annex B) No. Of Layers: Two (2) No. Of Compartments Per Layer: Two (2) Capacity/hog Distribution: A) Finisher: 20 Heads B) Piglets: 120 Heads" Fabrication Material Of Frame/partitions: Shall Be Made Of Stainless Steel With Tailgate Lifting Mechanism: Hydraulic Lift Type (the Tail Plate Can Be Fully Landed Or Leveled With The Pig Catching Platform. The Tail Plate Is Equipped With Pig Guards, Which Can Be Used For Loading Pigs After Unfolding And Fixing. Can Load Piglets And Finisher) Flooring Material: Shall Be Made Of Stainless-steel Plate With Anti-skid Feature (at Least 3.0 Mm Thick) E. Other Requirements / Inclusion 1. Drinking Water System -consist Of The Following Minimum Components: Water Tank, Pipeline, Bite Type Nipple Drinker. -four (4) Nipple Drinker Per Compartment. 2. Sprinkler System -manually Operated At The Driver's Area. -with Switch Button-controlled Sprinkler System Located Near The Driver Seat. -consist Of The Following Minimum Components: Two (2) Overhead Pressure Water Tank, Pipes, Sprinklers, And A Sewage And Fecal Collection Tank, Which Sprays And Cools The Piglets, Cleans The Tank, And Collects Sewage. -pressure Water Tank Located On Top Of The Roofing, Minimum 50 Liters Capacity Per Tank. - A Sewage Outlet Is Installed At The Rear Of The Carriage, Connected To A Sewage Collection Tank, So As To Meet The National Environmental Protection Requirements During Hog Transport. -four (4) Sprinkler Head Per Compartment. 3. Steel Cages And Side Cover: Shall Be Made Of 3/4-inch Dia. Horizontal G.i. Pipe (sched. 40) With Maximum Vertical Spacing Of 7cm Welded To 1-inch G.i. Pipe Post (sched. 40) With Horizontal Spacing Of 71 Cm, All Painted Finish. The Steel Cages Shall Have Compartments To Avoid Piglet/hog Injuries Caused By Sudden Stoppage/acceleration Or Going Uphill. 4. Roofing Material: Foldable And Made Of Non-corrosive Material. 5. Provision Of Spare Collapsible Platform / Ramp For Manual Loading Of Hogs 6. With Gps And Dash Cam 7. With Standard Kit And Heavy-duty Tools For Each Unit To Wit: A. Operation Manual And Brochure Of The Unit B. Tire Wrench C. Early Warning Device D. Hydraulic Jack 10t E. Tire Pressure Gauge F. Socket #10mm, 12mm, 17mm G. Power Handle Drive 1⁄2 Inch H. Star Screw 12 Inches I. Flat Screw 12 Inches J. 1 Set Open Wrench (10mmx11mm, 12mmx13mm, 14mmx17mm& 19mmx21mm) K. Mechanical Plier 6 Inches L. Pipe Wrench 18 Inches M. Tool Box (steel) 8. Warranty: 3 Years Or 100,000 Km Whichever Comes First 9. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 10. The Supplier Must Have An Accredited Service Center Within Ncr Or Region Iv-a And Have Its Own After-sales Service, Mobile Service Technician For On-site/emergency Servicing. 11. With Tint, Seat Cover, Matting (cab), Air-conditioning System, With First Three Years Lto Registration, Tpl And Comprehensive Insurance, Freight And Handling. 12. With Label Painted Or Sticker On The Main Truck/body (visible): With Da And “bagong Pilipinas” Logo 2/3 Ratio On Plane Surface. Must Have On Both Sides With Text "da Livestock Inspire 2024" With Font Color: Dark Green. 13. Radio And Speakers: Tuner Radio With Usb, 2 Speakers, With Am/fm Stereo For The Front Cabin 14. With 1-unit Brand New Spare Tire With Rim 15. The Vehicle Lifting Mechanism, Drinking Water System And Sprinkler Water System Shall Be Tested Prior To Acceptance And 100% Payment. 16.the Supplier Shall Provide Sufficient Fuel And Oil Lubricant To Be Used During Acceptance Testing. 17. Provision Of Training On Proper Operation And Maintenance Of The Lifting Mechanism, Drinking Water System And Sprinkler Water System. 18. With Certificate Of Conformity (coc) For The Vehicle Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81. 19. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 20. With Certification Of Authorized Fabricator For The Rear Body/customization 21. With 100% Availability Of Stocks (cab And Chassis) At The Warehouse / Stockyard Of The Bidder Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within One Hundred Twenty (120) Calendar Days Upon Receipt Of Notice To Proceed. 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). 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (ᵽ50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:10 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 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, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 24, 2025 9:00 Am. 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 February 24, 2025 10:10 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva 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. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Vice-chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Contact
Tender Id
3498f4fa-0cb9-39ae-b20f-9552302a4c93Tender No
11719191Tender Authority
Department Of Agriculture ViewPurchaser Address
-Website
https://www.da.gov.ph/