ITB#05-0052-17

Republic of the Philippines DEPARTMENT OF AGRICULTURE Region IX, Zamboanga Peninsula

INVITATION TO PREQUALIFY AND TO BID (ITB NO. 05-0052-17)

DA RFO-IX, through its Bids and Awards Committee (BAC) invites interested parties to bid for the item stated which the Office intends to procure under CORN 2017, viz:

TOTAL ABC QTY ITEM/S TO BID (Php)

20 units CORN COMPACT MILL 9,000,000.00

Technical Specification set by PAES 210:2000, to wit: Minimum Degerminator Efficiency: 80% Minimum Output Recovery: 64% Maximum Losses: 5% Maximum Noise Level: 95 db Minimum Output Capacity: 150 Kg/hr Dimension: 1.5 meter - length x 1 meter – width x 1.8 meter – height Compact Type: PhilMech Design

Electric transformer: 15KVA, single phase, brand new; including installation, wiring and testing fee.

Components: -Degermer mechanism: With chrome B.I. pipe feeding auger and counter flow auger enclosed by a hexagonal screen huller; Driven by 5 HP electric motor 220 Volts, single phase; Attached to a suction blower at 15,000 cfm. Input capacity of 250-320 kg/hr; -Milling mechanism: With 68 blades made of hardened spring; Driven by 5 hp electric motor, 220V, single phase (used also by the suction blower of the degermer); Input capacity of 200-240 kg/hr. -Grading mechanism: Three-layers of rotating cylindrical screens to segregate grit sizes of greater than No. 10, No. 10-12, No. 14-18 and the corn flour; Driven by ¾ hp electric motor, 220V, single phase; with variable speed. -All electric motors shall be made in America or Japan. -Materials and performance specifications should conform with PAES Standards as tested by AMTEC.

Warranty: -The manufacturer / distributor / dealer shall issue a warranty certificate to the buyer. Warranty against defective materials and workmanship shall be provided for parts and services except for normal wear and tear of expendable or consumable maintenance parts (e.g. belts, tires, hoses, filters, electric parts, etc.) for at least one (1) year upon the acceptance of procuring entity of the machinery.

The manufacturer / distributor / dealer shall be capable of:  Supplier’s technicians should be available on the scheduled inspection within two weeks after delivery  Supplying the services of mechanic/ technical personnel free of charge for replacing parts under warranty to put the unit in running condition during the warranty period.  Providing services on repairs after warranty period at reasonable cost;  Providing illustrated parts catalogue and repair or workshop manual  Maintaining spare parts of at least 10% of their average past three-year sales per product to ensure adequate inventory of fast-moving spare parts; and  Repair of defective units and provision of other after sales services shall be undertaken within 5 working days upon the receipt of complaints.

-Supplier must have service centers in Region 9 and other regions in Mindanao. -To be delivered at Drop-off Point: DA RFO 9, Research Division, Ipil, Zamboanga Sibugay-10 units DA RFO 9, Lenienza, Pagadian City-10 units Delivery Period: 90 calendar days for 10 units and 120 calendar days for the remaining 10 units

Payment: Payment shall be made after the manufacturers/ distributors/ dealers had provided training on the operation, repairs and maintenance of the agricultural and fisheries machinery upon the complete delivery and actual demonstration of the unit by the supplier.

The units shall be labeled: see attached specifications for the reflectorized/laminated DA LOGO A project of the Department of Agriculture, RFO-IX funded under DA-Corn Program.

Schedule of Activities: ITB#05-0052-17

ACTIVITY DATE VENUE Receipt LOI/ Project Site Inspection/ Issuance May 3- May 23, 2017 DA-RFO-IX, Zamboanga City Of Bid Documents (During Office Hours) Pre Bid Conference May 11, 2017 DA-RFO-IX, Zamboanga City (9:30 a.m.) Opening of Bids May 23, 2017 DA-RFO-IX, Zamboanga City (9:30 a.m.)

Bidding will be conducted through competitive bidding procedures as specified in the IRR-A of the RA 9184. Interested parties may secure from the BAC Secretariat the Checklist of requirements to bidder/s, other information and shall submit a letter of intent prior to the release of Bid Documents. Issues and other concerns relative to the procurement activities will be discussed during the Pre Bid Conference.

DA RFU IX reserves the right to reject any or all bid proposals, annul the bidding process, to waive any required formality or defect therein and may accept the bid/s which is deemed most advantageous to the government, without incurring any liability to the affected bidder/s.

MR. EDGARDO B. TABAL BAC CHAIRMAN