INVITATION TO BID For the Supply & Delivery of Brand New Six-Wheeler Dropside Cargo Truck (Rebid)

2018, Bids and Awards

- Posted by: [ Melissa Biron]

INVITATION TO BID
For the Supply & Delivery of Brand New Six-Wheeler Dropside Cargo Truck (Rebid)
Contract ID No. 012-05-2018-GOODS
ABC: Php1,800,000.00

1. The City Government of Tabaco, through its 20% City Development Fund 2018 intends to apply the sum of One Million Eight Hundred Thousand Pesos (Php 1,800,000.00)being the Approved Budget for the Contract (ABC) to payments under the contract for the Supply & Delivery of Brand New Six-Wheeler Dropside Cargo Truck, Contract ID No. 012-05-2018-GOODS. Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The City Government of Tabaco through the Bids and Awards Committee (BAC) now invites bids for the Supply & Delivery of One Unit Brand New Six-Wheeler Dropside Cargo Truck (see description below).Delivery of the Goods is required within sixty (60) days from receipt of Notice to Proceed. Bidders should have completed within three years from the date of submission and receipt of bids a similar contract with an amount of at least 50% of the Project to be bid. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.

Item No. / Qty / Description
1.) 1 Unit Brand New Six Wheeler Dropside Cargo Truck, 15ft
Made & Technology: Authentic JAPAN
Technical Specifications:
Engine:
Max. Output: (JIS GROSS): 114.7 Kw (156 PS) at 2500 r/min (ISO NET): 110 Kw (150 PS) at 2500
Max. Torque(JIS GROSS): 430 N-m (43.8 kgf- m) at 1400 r/min (ISO NET): 420 N-m (43.8 kgf-m) at 1400 r/min
Max. engine speed: 3100 r/min
Type: Diesel, 4 cycle, Vertical, 4-Cylinder, Inline, Overheard Valve, Water-Cooled
Combustion System: Direct Injection Type
Bore and Stroke: 104 x 118 mm
Pistone displacement: 4.009 L
Fuel Injection System: Electronic Control Common Rail Type
Air Intake System: Turbo-intercooled, stack type air intake
Air Cleaner: Paper Element
Fan Clutch: Equipped
Catalytic converter: Equipped
Exhaust tail: Short Tail Type
Clutch
Type: Dry single plate, diaphragm type with damper springs, automatic gap adjuster
Facing Material: Semi-mold
Facing Outside Diameter: 325mm
Facing Lining Area: 423 cm2 x 2
Control: Hydraulic
Transmission
Type: Six forward and one reverse speeds, overdrive, synchromesh, 1st-6th
Control: Mechanical
Propeller Shaft
Tube Outside Diameter x Thickness: 82.60 x 2.3mm
Front Axle
Type: Reversed Elliot “I” Section Beam
Rear Axle
Type: Full-floating, single reduction, single speed by hypoid gearings
Service Brake
Type: Hydraulic system with two leading shoes for front and rear
Control: Vacuum assist, dual circuit
Wheel brake assembly: Front: Drum Diameter x lining width: 320 x 100 mm
Rear: Drum diameter x lining width: 320 x 100 mm
Parking Brake
Type: Mechanical, internal expanding acting on transmission output shaft
Exhaust Brake
Type: Electric-vacuum actuator
Steering
Type: Telescopic and tilt steering column with locking device, recirculating ball integral type
Gear Ratio: 20.9
Front Suspension
Type: Semi-elliptic leaf springs with double acting shock absorbers
Dimension of springs Span x width: 1250 x 70mm
Rear Suspension
Type: Semi-elliptic main and auxiliary leaf spring with double acting shock absorbers
Dimensions of spring Span x width: Main springs: 1310 x 70mm
Auxiliary springs: 900 x 70mm
Wheels and Tires
Wheel Type: 6 stud disc wheel
Tire & Rim Size: 7.50R 16-12
16 x 6.00GS
Number of Tires: 7 (including one Spare Tire)
Spare tire Carrier: Equipped (ROH)
Fuel Tank
Capacity: 100 L
Pre-fuel filter & sedimenter: Equipped
Fuel Tank Cap key: Equipped
Chassis Frame
Type: Ladder-shaped channel section side rails
Chassis width at rear: 750 mm
Max. section (depth x flange x thickness): 192.80 x 65 x 5.9mm
Tensile strength: 540 N/mm2 ( 55 kgf/mm2)
Towing hooks: Equipped at front
Front bumper: Resin made (gray color)
Front underrun protector: Equipped
Cab
Type: Forward control all steel welded construction with torsion bat tilt mechanism
Windshield glass: Laminated, tinted glass
Seating Capacity: Three (3)
Seat:
Driver’s: 4-way adjustable, urethane foam pads, high back seat
Assistant and center passenger’s: Integrated type, urethane foam pads
Seat cover: vinyl
Seat belt:
Driver’s: 3-point type with ELR
Assistant’s: 3-point type with ELR
Center passenger’s:2-point type with NR
Seat back, pocket, console: Pocket (on driver’s seat)
Cab trim: Semi-trimmed
Sun visor: Driver’s and assistant’s
Windshield wipers: Electric, dual wiper, intermittent and 2 speed
Outside rear view mirror: Convex type, long stay
Inside rear view mirror: Flat type
Air conditioner: Equipped
Heater and defroster: Equipped (with warm-up switch)
Radiator grille: Resin Made
Car Audio: Antenna and 2 speakers
Door Lock: Manual Type
Cigarette lighter: Equipped
Electrical Equipment
Type: 24V, negative earth
Batteries: 12v x 2, series-connection
Capacity: 60Ah (216 Kg) at 20 hour rate
Alternator type: with built in rectifier and voltage regulator
Capacity: 24V – 80A
Starter Type: Pinion shift
Capacity: 24V , 4.5 kW
Lights: Headlight, clearance, license plate light, stoplight/tail light,
directional indicator and hazard light, room light, back up light
Horn: Electric horn
Diagnoses Connector: Equipped
Warranty:
Chassis: Three years (3) or unlimited mileage
Body & Aircon: one (1) year
Basic Engine and Vehicle: Three (3) years or unlimited mileage
Inclusive of LTO Registration (3 years), tint, 1 set of EWD and set of tools, LGU sticker/logo

3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.

4. Interested bidders may obtain further information from the Bids and Awards Committee (BAC) through its Secretariat at the address given below from 9:00 AM-4:00PM.

A complete set of Bidding Documents may be acquired by interested Bidders on June 07-22, 2018 from 9:00 AM to 4:00PM from the address below upon submission of Letter of Intent (LOI) to participate and upon payment of a nonrefundable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Thousand Pesos (Php 5,000.00).

5. The BAC will hold a pre-bid conference on June 19, 2018, 2:00 P.M. at the BAC Office, 2F Annex Bldg., City Hall, Tabaco City, which shall be open only to all interested bidders who purchased the Bidding Documents.

6. Bids must be delivered to the address below on or before July 05, 2018, 2:00 P.M. 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 July 05, 2018, 2:00 P.M.at BAC Conference Room, Mezz. Flr., City Legal Office, 2F Annex Building, City Hall, Tabaco City. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.

7. The summary of schedule of activities for this particular procurement shall be as follows, to wit:

Bid Particulars / Date/Time/Place
1) Advertisement / Posting in PhilGEPS website : June 07-14, 2018
2) Submission of Letter of Intent (LOI): June 07-22, 2018, 9:00AM-4:00PM, BAC Secretariat, City Legal Office, 2F Annex Building, City Hall, Tabaco City
3) Issuance of Bid Documents : June 07-29, 2018, 9:00AM-4:00PM, BAC Secretariat, City Legal Office, 2F Annex Building, City Hall, Tabaco City
4) Pre-Bid Conference : June 19, 2018, 2:00 P.M., BAC Conference Room, Mezz. Flr., City Legal Office, 2F Annex Building, City Hall, Tabaco City
5) Submission & Opening of Bids : July 05, 2018, 2:00 P.M., BAC Conference Room, Mezz. Flr., City Legal Office, 2F Annex Building, City Hall, Tabaco City

8. The City Government of Tabaco reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

9. The City Government of Tabaco assumes no responsibility whatsoever to compensate or indemnify the bidders from any expenses incurred in the preparation of their bid.

10. For further information, please contact the Bids and Awards Committee (BAC) through its Secretariat at the trunk line numbers 487-5063 or 487-5796.

Given this 5thday of June 2018at Tabaco City.

(Sgd.) ATTY. JOVITO BRON CODERIS, JR.
City Legal Officer / BAC Chairman

Bidding Documents:

Bid Docs-012-05-2018-GOODS-REBID-cargo truck

Documentary Requirements-GOODS-Bidding-updated2018