DEPARTMENT OF AGRICULTURE - REGION VIII has floated a tender for Supply and Delivery of Various Machinery and Equipment. The project location is Philippines and the tender is closing on 12 Nov 2018. The tender notice number is DA8-Goods-2019-07 (PR No. RICE 18-10-05-0017), while the TOT Ref Number is 27832296. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Philippines

Summary : Supply and Delivery of Various Machinery and Equipment

Deadline : 12 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27832296

Document Ref. No. : DA8-Goods-2019-07 (PR No. RICE 18-10-05-0017)

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : DEPARTMENT OF AGRICULTURE - REGION VIII
elsie C Agustin
Lab. Tech II
Kanhuraw Hill
Tacloban City
Leyte
Philippines
63-53-8320834

agustinelsie@rocketmail.com
Philippines
Email :agustinelsie@rocketmail.com

Tender Details

Supply and Delivery of Various Machinery and Equipment

Section I. Invitation to Bid

INVITATION TO BID

DA8-Goods-2019-07 (PR No. RICE 18-10-05-0017)



1. The Department of Agriculture-Regional Field Office No. 8, through the RICE 2019-C.O intends to apply the sum of Four Million Nine Hundred Thirty Eight Thousand Pesos (P 4, 938, 000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for -œSupply and Delivery of Various Machinery and Equipment.- Bids received in excess of the ABC shall be automatically rejected at bid opening. For purpose of bidding, the goods shall be evaluated and awarded by line item.

2. The Department of Agriculture-Regional Field Office No. 8, undertakes the bidding of this procurement project as -œshort-of-award.- Hence, the Notice of Award to the winning bidder shall be issued after enactment by the Congress of the General Appropriation Act for 2019 and upon finalization of the DA-RFO 8-s 2019 Annual Procurement Plan (APP).



item no. QTY UOM Item Description Estimated Unit Cost Estimated Total Cost





1. 2 unit FLOATING TILLER 120, 000.00 240, 000.00



SPECIFICATIONS:

1. Prime mover:

a. Diesel Engine: rated power 70 hp (must conform to PAES 116:2001, Small Engine)

b. Gasoline or diesel engine (air cooled)

c. Continuous power: minimum 85% of rated power,

d. Specific fuel consumption at continuous power: maximum, 350 g/kWh

2. Peak transmission efficiency: minimum, 80%

3. Forward speed range: 2.5 kph to 4 kph

4. Width of rotary tilling wheel: minimum, 1.0m

5. With basic tools and accessories as indicated in PAES three (3) pieces combination wrenches; one (1) piece each of Philips and flat screw driver; and one (1) piece adjustable wrench (12-).

6. With electric power wash sprayer

7. With AMTEC or valid Preliminary AMTEC test result for floating tiller and engine

8. With trapal for covering

9. Must conform to PAES

a. PAES 124:2002, Walking-type Agricultural Tractor - Specifications Part 3: Special Type (Float-Assist Tiller)



2. 1 unit COMBINE HARVESTER 1, 456, 000.00 1, 456, 000.00

Specifications:

1. Prime mover

a. Rated power: 30 hp

2. Self-propelled

3. Drive system: rubber crawler track

4. Field capacity: minimum, 2 ha/day

5. Field Efficiency: minimum, 75 %

6. Total Machine Loss: maximum, 3.5%

7. Purity: minimum, 97%

8. Broken grains: maximum, 2.0%

9. Net cracked grain: maximum, 5.0%

10. Noise level, db (A): maximum, 95

11. Bagging system: sack type

12. Cutting system:

a. With reel

b. Height adjustment, hydraulics

c. Gathering length: minimum, 1.4m

13. With brand new transport- trailer

14. With electric power wash sprayer

15. With slow moving vehicle emblem

16. With set of manufacturer-s standard tools and accessories required for maintenance

17. With Original Equipment Manufacturer Manual (OEM)

18. With AMTEC or valid Preliminary AMTEC test result

19. Must conform to PAES 224:2015, Rice Combine Harvester



3. 2 unit HAND TRACTOR 130, 000.00 260, 000.00

Specifications:

1. Prime mover:

a. Diesel Engine: rated power 7hp (must conform to PAES 116:2001, Small Engine)

b. Continuous power: minimum 85% of rated power,

c. Cooling system: water cooled

2. Transmission system: minimum, chain and sprocket #60

3. Peak transmission efficiency: minimum, 85%

4. Plowing capacity, single pass: minimum, 0.125 ha/h

5. Fuel consumption during plowing: maximum, 1.3 L/h,

6. Hexagonal axle

7. With cage wheel and brand new pneumatic tire

8. Menu of implement/attachment

a. Two (2) bottom disc plow (2x16-œ)

b. Moldboard plow

c. Comb harrow

d. one (1) MT heavy duty trailer capacity

e. Leveler

9. Attachment: compatible with power and size of the tractor.

10. With electric power wash sprayer

11. With basic tools and accessories as indicated in PAES three (3)pieces combination wrenches; one (1) piece each of Philips and flat screw driver; and one (1) piece adjustable wrench. (12-).

12. With AMTEC test result for hand tractor and engine

13. With trapal for covering

14. Must conform to PAES

a. PAES 109:2000, Walking-type Agricultural Tractor

b. PAES 108:2000, Hexagonal Axle and Hub for Walking-type Agricultural Tractor

c. PAES 167:2015, Disc plow for Walking-type Agricultural Tractor

d. PAES 169:2015, Spike tooth harrow for Walking-type Agricultural Tractor



4. 8 unit RICE REAPER 150, 000.00 1, 200, 000.00

Specifications:

1. Prime mover:

a. minimum, 3.5hp

b. Engine: gasoline/diesel

2. Field Capacity: minimum, 2 ha/day

3. Field Efficiency: minimum, 65%

4. Total machine loss: maximum, 1.5 %

5. Adjustable cutting height

6. Cutting width: minimum, 1.2 meter

7. With brand new pneumatic tires

8. with knife safety feature (safety pin)

9. with extra safety pin

10. With basic tools and accessories as indicated in PAES three (3) pieces combination wrenches; one (1) piece each of Philips and flat screw driver; and one (1) piece adjustable wrench (12-).

11. With Original Equipment Manufacturer Manual (OEM)

12. With AMTEC or valid Preliminary AMTEC test result

13. With trapal for covering

14. Must conform to PAES 212:2015, Rice Reaper



5. 10 unit RICE THRESHER 135, 000.00 1, 350, 000.00

Specifications:

1. Output capacity: minimum, 2 t/h

2. Prime Mover: minimum of 10 hp diesel/gasoline engine (must conform to PAES 116:2001, Small Engine)

3. Continuous power of engine: minimum of 85%

4. Threshing cylinder

a. type: open cylinder

b. peg tooth round/knife bar mild steel

5. Specific fuel consumption: maximum, 0.82 g fuel/kg grain output

6. Threshing efficiency: minimum, 99.8%

7. Total machine loss: maximum, 3%

8. Purity: minimum, 97%

9. Mechanically damaged (broken) grain: maximum, 2%

10. Net cracked grain: maximum, 5%

11. Noise level, db (A): maximum, 95

12. With dust masks

13. With electric power wash sprayer

14. With complete basic tools and accessories as indicated in PAES three (3) pieces combination wrenches; one (1) piece each of Philips and flat screw driver; and one (1) piece adjustable wrench (12-).

15. With towing bar and or hitch point

16. With brand new pneumatic tires

17. With trapal for covering

18. With AMTEC or valid Preliminary AMTEC test result

19. Must conform to PAES 204:2015, Mechanical Rice Thresher



6. 1 unit TRANSPLANTER - WALK BEHIND 300, 000.00 300, 000.00

Specifications:

1. Prime mover:

a. Minimum, 3 hp rated power

b. Engine: gasoline, 4 stroke cycle

c. Starting system: rope recoil

2. Number of planting rows: minimum, 4 rows

3. Row distance: 30 cm

4. Adjustable hill spacing

5. Planting capacity: minimum, 1 ha/day

6. Field Efficiency: minimum, 80%

7. Percent damaged hills and percent missing hills: maximum of 10%

8. Fuel consumption: maximum, 0.7 L/h

9. With manual seeder for seedling preparation

10. Seedling tray: minimum, 600 pcs

11. With electric power wash sprayer

12. With basic tools and accessories as indicated in PAES three (3) pieces combination wrenches; one (1) piece each of Philips and flat screw driver; and one (1) piece adjustable wrench (12-).

13. With Original Equipment Manufacturer Manual (OEM)

14. With AMTEC or valid Preliminary AMTEC test result

15. With trapal for covering

16. Must conform to PAES 151:2015, Mechanical Rice Transplanter



7. 2 unit 3 IN 1 KNAPSACK SPRAYER 66, 000.00 132, 000.00

Specifications:

1. 3 in 1 knapsack sprayer

2. Can be used as seed sower, fertilizer applicator and pesticide sprayer

3. Prime Mover: minimum of 1kw gasoline engine

4. Seed sowing capacity: minimum of 1.5 ha/hr

5. With 26 Li Tank Capacity

6. Dry weight: maximum of 15 kgs

7. With basic tools: 1 piece each philip and flat screw, adjustable wrench (12"), 3 pieces combination wrench



TERMS AND CONDITIONS:

1. Deliver genuine and brand new unit;

2. Facilities offered should conform to the AMTEC test of the equipment coupled with the engine;

3. With warranty: a)minimum of 1 year for engine from date of acceptance; b) 1 year on parts services from date of acceptance;

4. The winning bidder shall conduct necessary training in the operation and maintenance of the equipment;

5. Items must be delivered within thirty (30) calendar days, Freight on Board (FOB) (refer to Section VI. Schedule of Requirements)

6. Must have an accredited service center within region 8 and can respond to complaints relative to machine operation and other technical concerns within 72 hours (including holidays and weekends).

7. Submit brochures and other information materials as part of technical specifications.

8. Payment scheme:

a. 90% payment shall be made after complete delivery, inspection and acceptance and;

b. 10% payment shall be made after the conduct of training in the operation and maintenance of the machines and equipment.

9. Winning bidder shall submit a snapshot of LBP Account to effect payment.



3. The Department of Agriculture-Regional Field Office No. 8, now invites bids for -œSupply and Delivery of Various Machinery and Equipment-. Delivery of the Goods is required within thirty (30) calendar days from 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.



4. Bidding will be conducted through open competitive bidding procedures using a non-discretionary -œpass/fail- criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the -œGovernment Procurement Reform Act-. Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for eligibility provided in the IRR of RA 9184.



5. Interested 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.



6. A complete set of Bidding Documents may be acquired by interested Bidders on October 22, 2018 to November 12, 2018 upon payment of the applicable fee (which can be paid through cash or manager-s check) for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB. The cost of the Bidding Documents shall correspond to the total ABC of the selected line item/s on which the Supplier intends to bid, with a range as indicated in the table below.



Approved Budget for the Contract Maximum 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 25 Million 25, 000.00





It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity (ww.da08.da.gov.ph), provided that Bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids.



7. The Department of Agriculture-RFO 8 will hold a Pre-Bid Conference on October 29, 2018, 9:00 AM (BAC-Secretariat time) at DA8 BAC Office, Kanhuraw Hill, Tacloban City which shall be open to prospective bidders.



8. Bids must be duly received by the BAC Secretariat at the address below on or before November 12, 2018, 9:00 AM (BAC-Secretariat time). All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.



Bid opening shall be on November 12, 2018, 9:00 AM (BAC-Secretariat time) at DA8 BAC Office, Kanhuraw Hill, Tacloban City. Bids will be opened in the presence of the bidders- representatives who choose to attend. Late bids shall not be accepted.



9. Schedule of Requirements and Technical Specifications are defined in Sections VI and VII of the Bidding Documents. All particulars relative to Eligibility and Screening, Bid Security, Performance Security, Pre-Bidding Conference, Evaluation of Bids, Post-Qualification and Award of Contract shall be governed by the pertinent provisions of R.A 9184 and its Revised Implementing Rules and Regulation (R-IRR).



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 Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.



11. For further information, please refer to:



ELSIE C. AGUSTIN

BAC Secretariat Office

Department of Agriculture, Regional Field Office-8

Kanhuraw Hill, Tacloban City

Cellular Nos. GLOBE: 09177045433

SMART: 09209683662

www.da08.da.gov.ph





Approved by:





(Sgd.)CARLOS S. DE LA CRUZ, Ph.D.

Chairman, Bids and Awards Committee





Pre-bid Conference

DateTimeVenue

29/10/20189:00 AMDA8 BAC Office, Kanhuraw Hill, Tacloban City

Closing Date : 2018-11-12

Documents

 Tender Notice