Tender Details
Title
PURCHASE OF BRAND-NEW RESCUE VEHICLE DIESEL MANUAL WITH REAR AIRCON TO BE USED FOR DISASTER PREPAREDNESS PROGRAMS OF THE PROVINCIAL GOVERNMENT OF CAVITE PROVINCE OF CAVITE
Country
Language
English
Organization
Published Date
15.05.2024
Deadline Date
03.06.2024
Overview
PURCHASE OF BRAND-NEW RESCUE VEHICLE DIESEL MANUAL WITH REAR AIRCON TO BE USED FOR DISASTER PREPAREDNESS PROGRAMS OF THE PROVINCIAL GOVERNMENT OF CAVITE Invitation to Bid (ITB)   Reference Number 10847853   Procuring Entity PROVINCE OF CAVITE   Title PURCHASE OF BRAND-NEW RESCUE VEHICLE DIESEL MANUAL WITH REAR AIRCON TO BE USED FOR DISASTER PREPAREDNESS PROGRAMS OF THE PROVINCIAL GOVERNMENT OF CAVITE   Area of Delivery   Printable Version Solicitation Number: nlontoc-ITB044-2024 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Goods Category: Vehicles Approved Budget for the Contract: PHP 1,139,730.00 Delivery Period: 15 Day/s Client Agency: Contact Person: RACHELLE ALANO CRON ADMINISTRATIVE OFFICER I Provincial Capitol Bldg., Brgy. San Agustin Trece Martirez City Cavite Philippines 4109 63-46-4191181 rachelle_alano29@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 1 Date Published 15/05/2024 Last Updated / Time 15/05/2024 12:00 AM Closing Date / Time 03/06/2024 1:30 PM Description 1 UNIT BRAND-NEW RESCUE VEHICLE 2.4L 4X2 DIESEL MANUAL WITH REAR AIRCON Specifications: Engine: 2.4 L Diesel, 4-cylinder, 16 Valve DOHC, Variable Nozzle Turbo with Front Mounted Intercooler 2,393cc Displacement, 147Hp, 343Nm, 5-Speed M/T, Direct Injection Common Rail, 80 Liter Gas Tank Capacity Transmission and Chassis: Double Wishbone (Front), Leaf Spring Rigid Axle(Rear), Ventilated Discs Brakes(Front) Leading-Trailing Drums (Rear), RAck and Pinion with Power Assist Steering System, 205/70R15 Steel Exterior Features: HAlogen Headlamps, Overfenders(narrow Type) Interior Features: Vinyl Seats (Driver: Sliding, Recline w/ Headrest; Passenger Recline w/ Headrest), 2 Row Split/Space Up Seats, Urethane Steering Wheel, Analog Meter Gauge, Inside Rearview Mirror(Day and Night), Black Instrument Panel and Center Cluster, Urethane Shift Knob, Sun Visor Driver (with ticket holder) and Passenger Functions: Manual Air Conditioning (Front and Rear) Safety Features: SRS Airbags: Driver (with knee) and Passenger, 3Pt ELR x 2 with pretensioner and Force Limiter Audio System: 2 DIN CD/Tuner/Mp3/USB with Auxilliary Input,2 Speakers Accesories: Body Stickers Color Scheme: White Free Items: Tint, Carpet Floor Mats, Seat Cover, with Basic tool set etc. TERMS AND CONDITIONS: 1. The brand and make being offered should have been in the Philippine Market for at least 30 years -Provide Certificate from the Manufacturer/ Distributor or Importer as proof of existence in the Market. 2. With three (3) year warranty or 100,000 KM whichever comes first 3. With TPL and 3 years LTO Registration. 4. A 25% retention of the contract price should be paid only upon compliance with the required LTO registration and TPL insurance of the vehicle. 5. Proof of Service Center in Cavite owned, managed and supervised by the Bidder. a. Name of Service Center, Address, Telephone Number b. Actual photo of service center c. Actual photo of equipment needed for the services d. Organizational chart (List of Personnel) of their Service Center 6. The service center owned by the bidder shall collect payment for the repair and maintenance of the purchased vehicles only after the completion of the vehicle’s preventive maintenance work order. Note: Please present Certification duly signed by the Board of Directors or authorized representative stating the above-mentioned terms and conditions (No.6). Pre-bid Conference Date Time Venue 22/05/2024 2:00 PM BAC Office 2nd Floor, Provincial Capitol Bldg. Brgy. San Agustin Trece Martirez,City Cavite Other Information FIRST ENVELOPE (TECHNICAL COMPONENT ENVELOPE) (2 Copies-1 original, 1 copy) ELIGIBILITY REQUIREMENTS (All copies of original documents must be stamped with certified true copy signed by the Authorized Representative) 1. Valid and updated PHILGEPS Certificate of Platinum Certification and Membership (all pages including the List of Eligibility Documents-“Annex A”) in accordance with Section 8.5.2 of the IRR reflecting the additional caveat; 2. Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; 3. Bidders should have completed, within 2 relevant years from the date of submission and receipt of bids at least one (1) contract similar to the Project the value of which, adjusted to current prices using the PSA’s CPI, must be equivalent to at least 50% of the ABC for Expendable and Non-Expendable supplies with proof thereof; 4. Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission or Original copy of Notarized Bid Securing Declaration; 5. Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; 6. Original duly signed Omnibus Sworn Statement (OSS) and if applicable, Original Notarized Secretary’s Certificate in case of a corporation or cooperative with attached Board Resolution; or Original Special Power of Attorney, if single proprietorship, or partnership, or of all members of the joint venture, giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder; and Photocopy of two valid IDs of authorizing officer and representative; 7. The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC); or a committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation; 8. If applicable, a duly signed joint venture agreement (JVA) in case the joint venture is already in existence or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful; 9. Certified True Copy of Official Receipt for payment of Bid Documents; 10. Other required documents. 1. Proof of Service Center in Cavite owned, managed and supervised by the Bidder. a. Name of Service Center, Address, Telephone Number b. Actual photo of service center c. Actual photo of equipment needed for the services d. Organizational chart (List of Personnel) of their Service Center 2. Certification duly signed by the Board of Directors or Secretary’s Certificate or authorized representative stating that the Service Center owned, managed and supervised by the bidder shall collect payment for the repair and maintenance of the purchased vehicles only after the completion of the preventive maintenance work order. 3.Certificate from the Manufacturer/ Distributor or Importer as proof of existence in the Market for at least 30 years SECOND ENVELOPE (FINANCIAL COMPONENT ENVELOPE) (2 Copies-1 original, 1 copy) 1. Original of duly signed and accomplished Financial Bid Form; and 2. Original of duly signed and accomplished Price Schedule(s). Additional Information: A. Delivery of Goods is required within Fifteen (15) calendar days upon receipt of Notice to Proceed B. A complete set of Bidding Documents may be purchased by interested Bidders, direct owners or duly authorized representatives, at the address of the Procuring Entity and upon payment of a non-refundable fee for the Bidding Documents in the amount of Five Thousand Pesos (P5,000.00). C. The Pre-Bid Conference will be held on May 22, 2024, 2:00 P.M.,thru face to face meeting at the Bids and Awards Committee (BAC) Conference Room at 2nd Floor Provincial Capitol Building, Trece Martires City . Interested Bidders are required to email the following details to rachelle_alano29@yahoo.com: 1. Project Name/Title 2. Name of Company 3. Address of the Company 4. Name of Owner or Authorized Representative who will attend the Pre-Bid Conference 5. Mobile Number 6. Scanned Copy of Company ID or any valid Government issued ID 7. Email Address Only the owner or one (1) authorized representative will be allowed to participate in the Pre-Bid Conference. A valid ID is required to be presented during the Pre-Bid Conference. D. Bidders are required to submit one (1) original and one (1) copy of Technical Components (Envelope A) and one (1) original and one (1) copy of Financial Components (Envelope B). (All copies of original documents must be stamped with certified true copy signed by the Authorized Representative) D.1 Bidders shall enclose their original Technical Components in one sealed Envelope marked as "ORIGINAL-TECHNICAL COMPONENTS", and the original Financial Components in another sealed envelope marked as "ORIGINAL-FINANCIAL COMPONENTS", sealing both envelope in an outer envelope marked as "ORIGINAL BID" D.2. The copy of the Technical and Financial Components shall be similarly sealed duly marking the inner envelopes as "COPY-TECHNICAL COMPONENTS" and "COPY-FINANCIAL COMPONENTS". Both envelopes will then be sealed in outer envelope marked as "COPY OF BID". D.3, The "ORIGINAL BID" and "COPY OF BID" envelopes shall then be enclosed in one single main envelope marked as "BIDDING DOCUMENTS" D.4 All envelopes shall: a. be addressed to the BAC-A Chairman; b. indicate the Project Title; c. indicate the Project Identification Number (Philgeps Solicitation Number) d. bear the company name and bidder's contact details;and e. bear a warning "DO NOT OPEN BEFORE: Indicate Date and time for the Opening of bids" Please refer to the sample format of Labeled envelopes to be provided upon payment of the Bidding Documents Fee. If any of the envelopes are not properly sealed and/or marked as instructed above, the procuring Entity shall not assume responsibility for the loss or misplacement of the bid envelopes. Labels on each envelope must correspond to the components/documents enclosed to it. E. Bids must be duly received by the BAC Secretariat through manual submission at 2nd Floor Provincial Capitol Building, Trece Martires City, on or before June 03, 2024 at 1:30 P.M. Late bids shall not be accepted. F. Bid opening shall be on June 03, 2024 at 2:00 P.M. at 2nd Floor Provincial Capitol Building, Trece Martires City. Bids will be opened in the presence of the bidders’ representatives. G. The Opening of Bids will be conducted thru face to face meeting at the Bids and Awards Committee (BAC) Conference Room at 2nd Floor Provincial Capitol Building, Trece Martires City Cavite. H. In case of tie or in the event two or more of the bidders have been post qualified as LCRB of HRRB, the measure determined by the procuring entity shall be non-discretionary and non-discriminatory such that the same is based on sheer luck or chance. The winning bidder should be determined by “Toss Coin” in the presence of supplier concerned during BAC meeting pursuant to GPPB Circular No. 06-2005 dated August 05, 2005. I. The Provincial Government of Cavite 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 bidder. J. Pursuant to Sec. 22.5 of RA 9184, request for clarification(s) on any part of the bidding documents must be submitted in writing to BAC office at least ten (10) calendar days before the deadline set for the submission and receipts of bids. Any clarification(s) beyond the abovementioned deadline shall no longer be accepted. Created by RACHELLE ALANO CRON Date Created 13/05/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       PROVINCE OF CAVITE
NAICS
Power Instruments and Related Products Manufacturing for Measuring Navigational Justice Regulation Commercial Air Regulation and Administration of Communications Financial Transactions Processing Securities Justice Automatic Environmental Control Manufacturing for Residential Automotive Body Other Justice Machinery Regulation Commercial Military Armored Vehicle Regulation and Administration of Communications Engine Measuring Navigational Financial Transactions Processing Other Justice Electroplating Agencies Engine Boiler
CPVS
Transmission, cam- and crank- shafts Tools Stamps Earthmoving and excavating machinery, and associated parts Parts of seats Carpets Repair, maintenance and associated services related to aircraft and other equipment Steering wheels Drums Halogen System, storage and content management software package Ties Mains Tickets Control, safety, signalling and light equipment Calendars Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Speakers Boards Repair, maintenance and associated services related to marine and other equipment Racking Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Mirrors Valve parts Mats PH meters Visors Office, school and office equipment cleaning services Chassis Meters Labels Safety cases Carpets, mats and rugs Seals Statuettes, ornaments; photograph or picture frames, and mirrors Gas tanks System, storage and content management software development services Forms Rings, seals, bands, sticks and grout packers Repair, maintenance and associated services related to roads and other equipment Engine parts Parts of other vehicles Engines Other services Panels Posts Steel Repair and maintenance services for pumps, valves, taps and metal containers and machinery Seats, chairs and related products, and associated parts Envelopes Display cases Envelopes, letter cards and plain postcards Repair, maintenance and associated services of vehicles and related equipment Steering wheels, columns and boxes Seats Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manua... Axles Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment New stamps Platinum Springs Tool parts Dental cryosurgical, gauges, elevators and excavators Manuals Rails Repair, maintenance and associated services related to railways and other equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs Repair and maintenance services of pumps, valves, taps and metal containers
UNSPSC
Netting Tanks Engines Post Rails Springs Valves pH meters Q Meters Boards Calendars Stamps Display cases Awards Drums Labels Photocopying Trade agreements Equipment cases Seating Steering system Go or no go gauge Single room Double room Case making services Seals Securities High Frequency Radio Set, Mobile Tent, for office use Very High Frequency Radio Set, Mobile Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Industry Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert