PROCUREMENT OF 2-UNITS BRAND NEW CBU, DUMP TRUCK

Description:

 

1.) 2 - Units - BRAND NEW CBU, Dump Truck with the following specifications:

ENGINE:
Euro 4 or higher emission compliant, Turbocharged diesel engine with common rail direct injection, 4-Cycle, In line, 6 Cylinder configuration, Water-cooled system

HORSE POWER RATING: 238 HP (minimum)
DISPLACEMENT: 6,374 cc (minimum)
TORQUE: 700-850/1200-1600 (N.m/rpm)
GRADEABILITY: Minimum 30%
DRIVER SYSTEM: 4x2 - 6 Wheeler
WHEELS AND TIRE: Minimum 8.25R22.5 - (with one (1) spare tire)
FUEL TANK CAPACITY: 200 Liters (minimum)
TRANSMISSION: 6 Forward and 1 Reverse M/T or better
SUSPENSION (Front/Rear): Semi-elliptical leaf or better
BRAKE SYSTEM: Type: Air Brake System or better, Service Brake: Dual Circuit air brake or better, Parking Brake: Spring Energy, Compressed air operating on rear wheels or better, Auxillary Brrake: Exhaust valve braking or better

GROSS VEHICLE WEIGHT (KG): 16,000 (minimum)
DUMP VESSEL CAPACITY: 8 cubic meter (minimum)
Cab Type: ROPS (Roll Over Protective Structure) with ISO Certification or its equivalent, Air-Conditioned closed Cab with AM/FM Radio.

Body Paint: Polyurethane white color coated with rust inhibiting primer or better
Minimum Features & Accessories:

GPS Navigation System, Front Working Lights 4 pieces (minimum), Rear working Lights 2-pieces (minimum), Windshield Wiper with washer, Side Mirrors, Rear View Mirror.

TERMS AND CONDITIONS:

1. Single Largest Completed Contract (SLCC) - Bidders should have completed, within three (3) years from the date of submission and receipts of bids, a contract similar to the Project. Similar contract shall refer to the Supply and Delivery of Equipment that is similar in type and brand of equipment being bidded-out.

2. Documentary Requirements which may be submitted during Post-Qualification:

a. Service Center Certification - Capable of providing technical support, maintenance and repair services.
b. Technicians Certificate of Training - The Service Center Should have at least two (2) Technicians with Certificate of training from the Exclusive Distributor of Manufacturer of the offered brand, stationed in the Service Center for a minimum of two (2) years from the bid opening;
c. Pictures with Evidence - The bidder shall provide Pictures with proof of sale or the evidence that the offered brand and type of equipment already existed in the Philippine field of construction for atleast fifteen (15) years. Proof of evidence shall be either in the form of the following:

i. Official Receipt (OR)
ii. Acceptance and Inspection Report (AIR)
iii. Certificate from the Equipment's Owner that the unit is more than fifteen (15) years and still operational; and
iv. Any other proof of sale.

d. Engine Emission Compliance issued by a regulatory agency in the country where the engine is manufactured.
e. Exclusive/Authorized Distributorship is required:

i. If the bidder is the exclusive distributor: a Certificate of Exclusive Distributorship issued by the Equipment's Manufacturer, duly authenticated by a Philippine Embassy Official of the country where the equipment is manufactured required.
ii. If the bidder is not exclusive distributor: a Certification from the exclusive distributor of authenticity/genuineness and after sales support/warranty supplemented with the Certificate of Exclusive Distributorship issued by the Equipment's Manufacturer duly authenticated by a Philippine Embassy Official of the country where the equipment is manufactured of the exclusive distributor is considered.
3. The supplier shall provide Filters, Oil and Lubricants for every scheduled servicing from one thousand (1000) to five thousand (5000) kilometers of operation without cost to the Procuring Entity.
4. Delivery period shall be Sixty (60) calendar days from the receipt of the Notice to Proceed.
5. Warranty Period for chassis shall be Two (2) years or 100,000 kilometers whichever comes first and Body for one (1) year.
6. The supplier shall conduct training to MEO Drivers or Repair Shop Personnel on equipment operation, features and preventive maintenance.
7. The supplier shall provide Standard Tools, Operator's Manual, Shop Manual and Parts Catalogue for each unit (Manuals/Parts Catalogue-English/Tagalog).
8. The supplier shall shoulder the first one (1) year GSIS Comprehensive Insurance and three (3) years LTO registration.
9. The supplier shall also be required still free of charge, attach stickers to each unit the Logo of LGU Anilao on both sides, the equipment assigned number on front, rear & both sides and the words "MUNICIPALITY OF ANILAO" on front & rear portion.
10. The supplier Technical Specifications must meet or exceed end user preference. (Any one (1) item in the technical specification of NON-COMPLIANCE is a ground for automatic disqualification).

Note:
No letter of credit (LC)

 

Date Uploaded: 
Saturday, July 12, 2025
Opening of Bid Docs: 
Monday, August 4, 2025

 

 Municipality of Anilao


  •  Local Government | Our Municipality | Culture &   Tourism | Services |

 Directions


 Poblacion, Anilao, Iloilo, Philippines  5009

 Tel. No.  033 362 0459   033 362 0401

            Fax No. 033 362 0459

 lguanilao@yahoo.com




Connect with Us

   

Municipality of Anilao 

Copyright © 2017. All Rights Reserved.