PROCUREMENT OF 3-UNITS BRAND NEW CBU, HEAVY EQUIPMENTS

Description:

 

1.) 1 - Unit -BRAND NEW CBU, Motor Grader
Operating Weight: 13,000 kgs. (minimum)

ENGINE:
Description: 6 Cylinders , In Line, 4-stroke, Turbocharged, Water-cooled, Diesel-fed engine and at least Euro 2 (Tier 2) emission compliant

Displacement: 5.9 L (minimum)
Aspiration: Turbocharged with air-to-air aftercooler
Gross Power: 150 HP (minimum)
Torque (N-m/rpm): 650/1300 (minimum)

POWER TRAIN:
Transmission: Counter Shaft /Power Shift Transmission or better
Gears: Minimum 6 Forward gears and minimum 3 Reverse gears
Tandem Drive: Roller Chain with planetary final drives, Oscillating angle ±15̊ or better
Rear Axle: Heavy-duty chain-driven tandem axle with a no-spin limited slip diffrential or better
Front Axle: Heavy-duty welded steel frame
Tires: 13.00-24, heavy-duty grader tires (Minimum)

STEERING:
Type: Fully hydraulic, front wheel steering with articulated frame steering
Min. Turning Radius: 7,200mm (Minimum)

BRAKES:
Drive: Hydrostatic or better
Gradeability: 20% (minimum)
Service Brake: Hydraulic wet disc brake or better
Parking Brake: Spring applied hydraulic released dry disc parking brake or better

MOLDBOARD:
Type: Curved moldboard, High-strength carbon steel or High carbon heat-treated steel, Replaceable cutting edge & end bits
Blade length: 3,658mm (minimum)
Blade Width: 580mm (minimum)
Blade Thickness: 18mm (minimum)
Blade Tip Angle: 25 to 70̊ (minimum)
Max. Cutting Depth: 630mm
Max. Lifting Height: 450mm
Blade Side Shift (left/right): 525mm/530mm (minimum)
Max. Shoulder Reach (left/right): 2524mm
Max. Tilting Angle (left/right): 90̊

CAPACITIES:
Fuel Tank: 280 L (minimum)
Hydraulic Oil Tank: 90 L (minimum)
Engine Crank Case: 18 L (minimum)
Engine Coolant: 30 L (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 yellow color coated with rust inhibiting primer or better

Minimum Features & Accessories:
GPS Navigation System, Hydraulic Line for breaker with lever control at the cab, Front Working Lights 4 pieces (minimum), Rear working Lights 2-pieces (minimum), Windshield Wiper (front & rear) with washer, Side Mirrors, Rear View Mirror, Rotating Working Bacon Full Length roller guard (bothsides).

2.) 1 - Unit - BRAND NEW CBU, Wheel Loader
Operating Weight: Minimum 16,000 kgs.

ENGINE:
Description: Diesel, 6 Cylinders , In Line, 4-stroke, Turbocharged, Water-cooled, Euro Stage 2 or higher
Displacement: Minimum 9,300 cc
Gross Power: Minimum 217 HP
Torque (N.m./rpm): 860/1,400 (minimum)
Fuel Tank Capacity: 250 liters (minimum)

DRIVES and BRAKES:
Drive System: Full-time 4-wheel drive (4WD), Heavy-duty planetary axle design with limited-slip or differential lock (auto/manual)
Gradeability: 28% (minimum)
Transmission: Power shift, minimum 2 forward and 1 reverse speeds
Brake System: Hydraulically actuated, wet multi disc service brakes on all wheels and Oil-cooled braking system
Parking Brake: Spring-applied, hydraulically released type
Emergency brake system integrated with service or parking brakes
Must comply with ISO 3450 or equivalent standard for brake performance

HYDRAULIC SYSTEM:
Type: Load-sensing, closed-center hydraulic system (preferred), or open center with priority valve
Pump Type: Variable displacement axial piston pump
Hydraulic Flow Capacity: Minimum 160L/min at rated engine speed
System Pressure: 17 Mpa (minimum)
Control Valves: Pilot-operated, multi-function valve with joystick or lever control

STEERING SYSTEM:
Type: Articulated frame steering with hydraulic power assist
Steering Method: Load-sensing hydraulic system
Articulation Angle: Minimum ±35̊
Steering Cylinder: Dual-cylinder with adequate bore and stroke
Steering Pump: Integrated with main hydraulic system or separate circuit
Turning Radius (outside corner of tires): Not to exceed 6.65 meters
Compliance: Must meet ISO 5010 or equivalent standard

BUCKETS & ATTACHMENTS:
Capacity: Minimum 3.0 cubic meter
Bucket Type: Welded Steel construction with bolt-on or welded cutting edges
Wear Protection: Side cutters, bucket teeth, and reinforced corners preferred
Attachment System: Quick coupler system (mechanical or hydraulic)
Optional Attachments (as required): High dump bucket, Light material bucket, Forks (pallet or log type) and Material handling arm

TIRES & RIMS:
Tire Size: Heavy-duty, bias or radial construction, tubeless
Standard Size: Minimum 23.5 R25 (L3 or L5 tread pattern)
Application: Suitable for general construction, earthmoving, and material handling on mixed surfaces
Tire Configuration: 4 identical tires, interchangeable
Rim Type: Steel, heavy-duty with appropriate locking mechanism

DIMENSIONS:
Length (with bucket on ground): 7,750 mm (minimum)
Width (over tires): 2,750 mm (minimum)
Height (top of cab): 2,990 mm (minimum)
Wheelbase: 3,920 mm (minimum)
Minimum Clearance: At least 450mm (measured at rear axle or undercarriage midpoint)

WORKING RANGE:
Dump Height at Max. Lift: 2,970 - 3,150 mm
Dump Reach at Max. Lift: 1,090 - 1,200 mm
Max. Hinge Pin Height: 4,020 - 4150 mm
Bucket Rollback Angle (ground): 42̊ - 45̊
Bucket Dump Angle (max. height): 44̊ - 50̊

Cab Type: ROPS (Roll Over Protective Structure) with ISO Certification or its equivalent, Air-Conditioned closed Cab with AM/FM Radio.

Body Paint: Polyurethane yellow/orange 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 (front & rear) with washer, Side Mirrors, Rear View Mirror, Rotating Working Bacon Full Length roller guard (bothsides).

3.) 1 - Unit - BRAND NEW CBU, Crawler Excavator
Operating Weight: 21,000 kgs. (minimum)

ENGINE:
Description: 6 Cylinder, In Line, 4 Stroke, Turbocharged, Liquid-cooled diesel engine and Euro 2 compliant or better
Displacement: 5,900 cc (minimum)
Gross Power: 110 kW (minimum)
Torque (N.m.): 620 N.m. (minimum)

Fuel Tank Capacity: 340 liters (minimum)

DRIVES and BRAKES:
Drive: Hydrostatic or better
Gradeability: 70% (35̊ ) (minimum)
Drawbar Pull: 180 kN (minimum)
Service Brake: Automatic spring-applied, hydraulic-released brake
Parking Brake: SAHR Disc Brake
Travel Speed: High: 4.9-5.7 km/h, Low: 3.1-3.5 km/h

SWING SYSTEM:
Steering Control: Joystick and pedal-controlled hydrostatic steering
Drive: Hydraulic motor
Swing Reduction: Planetary Gear Reduction
Swing Speed: 10.5 rpm (minimum)
Swing Torque: equivalent performance based on manufacturer documentation

UNDERCARRIAGE:
Number of Shoes: 46 each side (minimum)
Shoe Width: 600 mm
Grouser: Triple
Track Adjuster: Hydraulic or Better
Track Gauge: 2,200 mm (minimum)
Track Length (on ground): 3,040 mm (minimum)
Number of Carrier Rollers: 2 each side (minimum)
Number of Track Rollers: 8 each side (minimum)

GENERAL PURPOSE BUCKET (HD):
Capacity: 0.90 cubic meter (minimum)
Number of Teeth: 5 (minimum)
Cutting Width: 1,200 - 1,400 mm

WORKING RANGE:
Arm Length: 2,900 mm (minimum)
Boom Length: 5,680 mm (minimum)
Ground Pressure: 40 kPa (minimum)
Digging Reach on Ground: 9,600 mm (minimum)
Digging Depth: 6,500 mm (minimum)
Digging Height: 9,100 mm (minimum)
Dumping Height: 6,600 mm (minimum)
Breakout/Digging Force: 127 kN (minimum)
Arm Tearout/Crowd Force: 102 kN (minimum)
Rotation/Swing Angle: 360̊ continuous rotation

Cab Type: ROPS (Roll Over Protective Structure) with ISO Certification or its equivalent, Air-Conditioned closed Cab with AM/FM Radio.

Body Paint: Polyurethane yellow/orange color coated with rust inhibiting primer or better

Minimum Features & Accessories:
GPS Navigation System, Hydraulic Line for breaker with lever control at the cab, Front Working Lights 4 pieces (minimum), Rear working Lights 2-pieces (minimum), Windshield Wiper (front & rear) with washer, Side Mirrors, Rear View Mirror, Rotating Working Bacon Full length roller guard (bothsides).

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 until one thousand (1,000) hours 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 shall be Five Thousand (5,000) hours of operation or two (2) years whichever comes first.

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.

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

Vertical menu

The Trailblazers

User login

Search

Powered by Drupal

 

 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.