SECOND INVITATION TO BID

  1. The Department of Agriculture Regional Field Office No. 5, through the General Appropriations Act for CY 2018[1] intends to apply the sum of Eleven Million Six Hundred Sixty Thousand Pesos (Php11,660,000.00) being the Total Approved Budget for the Contract (ABC) to payments under the contract for each lot more particularly described as follows:
 

 

 

Description

 

 

 

QTY

 

 

ABC (Php)

(inclusive of VAT)

 

 

Funding Source

Bid Security: Cash/Cashier’s/Manager’s Check, Bank Draft/ Guarantee, Irrevocable Letter of Credit (2%)

(Php)

 

Bid Security:

AFPGIC Surety Bond (5%)

(Php)

 

Cost/Price of Bid Documents (cash payment only)

(Php)

Second Invitation for Supply and Delivery of Various Brand New Vehicles for Use of DA-RFO 5

 

LOT 2

·        Pick-up, 2WD

3 units MT, 2 units AT

 

LOT 3

·        Passenger Van

 

LOT 4

·        Multi-Purpose Vehicle

 

LOT 5

·        Motorcycle, Underbone-type

 

 

 

 

 

 

 

5 UNITS

5 units

 

 

2 UNITS

2 units

 

2 UNITS

2 units

 

 

2 UNITS

2 units

 

 

 

 

 

 

 

6,500,000.00

6,500,000.00

 

 

3,000,000.00

3,000,000.00

 

2,000,000.00

2,000,000.00

 

 

160,000.00

160,000.00

 

GAA 2018

 

 

 

 

 

GASS

 

 

 

GASS

 

 

GASS

 

 

 

GASS

 

 

 

 

 

 

130,000.00

 

 

 

60,000.00

 

 

40,000.00

 

 

 

3,200.00

 

 

 

 

 

 

325,000.00

 

 

 

150,000.00

 

 

100,000.00

 

 

 

8,000.00

 

 

 

 

 

 

6,000.00

 

 

 

3,000.00

 

 

2,000.00

 

 

 

500.00

 

TOTAL 11,660,000.00   233,200.00 583,000.00 11,500.00

 

Bids received in excess of the ABC for each lot shall be automatically rejected at bid opening. Partial bids are allowed.

 

  1. The Department of Agriculture Regional Field Office No. 5 now invites bids for the following lots:

 

 

Description

 

QTY

Location of Project  

Specifications

Delivery of the Goods
Second Invitation for Supply and Delivery of Various Brand New Vehicles for Use of DA-RFO 5

 

LOT 2

a.      Pick-up, 2WD

3 units Manual Transmission, 2 units Automatic Transmission

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

LOT 3

b.      Passenger Van

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

LOT 4

c.       Multi-Purpose Vehicle

 

 

 

 

 

 

 

 

 

 

 

 

 

LOT 5

d.      Motorcycle, Underbone-type

 

 

 

 

 

 

 

5 UNITS

5 units

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

2 UNITS

2 units

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

2 UNITS

2 units

 

 

 

 

 

 

 

 

 

 

 

 

 

 

2 UNITS

2 units

DA Regional Office  

TPL and Comprehensive Insurance (GSIS) and Registration must be included.

 

 

 

a.)  Pick-up, 2WD

Engine Type:

* Diesel fed

* In-line 4 cylinders

* 16-Valve double overhead

    camshaft

* Displacement: Not exceeding

    3000cc

Transmission:

* 5 to 6 speed, manual or

    automatic shift

Brake System:

* Front disc

* Rear leading trailing drum

Seating Capacity:

* 5-8 pax

Approx. Fuel Tank Capacity

* 75 liters

 

*Preferably with GPS Navigation

   System

 

b.)  Passenger Van, Brand New

Engine Type:

* Diesel fed

* In-line overhead camshaft

* Displacement: Not exceeding

    3000cc

Transmission:

* 5 speed, manual shift

Brake System:

* Front disc

* Rear leading trailing drum

Seating Capacity:

* 8-15 pax

Approx. Fuel Tank Capacity

* 75 liters

 

 

c.)   Multi-Purpose Vehicle, Brand New

Engine Type:

* Diesel fed

* In-line overhead camshaft

* Displacement: Not exceeding

    3000cc

Transmission:

* 5 speed, manual shift

Brake System:

* Front disc

* Rear leading trailing drum

Seating Capacity:

* 11-18 pax

Approx. Fuel Tank Capacity

* 65 liters

 

d.)  Motorcycle, Underbone-type,

Brand New

Engine Type:

* Gasoline fed

* Four (4) stroke overhead

   camshaft

* Air cooled

* Displacement: Not exceeding

   200cc

Gear System:

* Rotary gear shift pattern

Brake System:

* Front hydraulic disc

* Rear mechanical leading trailing 

60 calendar days

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.

  1. 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, otherwise known as the “Government Procurement Reform Act”.

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 5183.

  1. Interested bidders may obtain further information from Department of Agriculture Regional Field Office No. 5 and inspect the Bidding Documents at the address given below during Mondays – Fridays, 8:00 AM to 5:00 PM.
  2. A complete set of Bidding Documents may be acquired by interested Bidders on June 1, 2018 to June 20, 2018 (8:30AM) from the address below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount as stated above.

 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, provided that Bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids.

  1. The Department of Agriculture Regional Field Office No. 5 will hold a Pre-Bid Conference[2] on June 8, 2018 at 9:30 a.m. at DA Library, Research Building, DA RFO-5, San Agustin, Pili, Camarines Sur, which shall be open to prospective bidders.
  2. Bids must be duly received by the BAC Secretariat at the address below on or before June 20, 2018 at 9:00 A.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 June 20, 2018 at 9:30 AM at DA Library, Research Building, DA-RFO 5, San Agustin, Pili, Camarines Sur.  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.

  1. The Department of Agriculture Regional Field Office No. 5 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.
  2. For further information, please refer to:

 

ENGR. NILDA T. ALBAÑO
BAC Secretariat Office
Department of Agriculture – Regional Field Office No. 5
San Agustin, Pili, Camarines Sur 4418

Tel. No. (054) 477-3356

 

01 June 2018, Pili, Camarines Sur

 

                              ROSARIO C. SALES
Chief, Admin. and Finance Division
Chairperson, Bids and Awards Committee

 

2]May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a Pre-Bid Conference.