|
Reference Number
|
12830391
|
|
Procuring Entity
|
OFFICE OF TRANSPORTATION COOPERATIVES
|
|
Title
|
Procurement of Motor Vehicle
|
|
Area of Delivery
|
Metro Manila
|
Printable Version
|
|
Solicitation Number:
|
2026-001
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Public Bidding
|
|
Classification:
|
Goods
|
|
Category:
|
Vehicles
|
|
Approved Budget for the Contract:
|
PHP 2,370,000.00
|
|
Delivery Period:
|
30 Day/s
|
|
Client Agency:
|
|
|
|
Contact Person:
|
Francis Emmanuel Seres Balcita
BAC Secretariat
5th Floor Main, Ben-Lor Bldg.,
1184 Quezon Avenue,
Brgy. Paligsahan,
Quezon City
Metro Manila
Philippines 1103
63-2-83329315
63-2-83329313
bac.secretariat@otc.gov.ph
|
|
Status
|
Active
|
|
Associated Components
|
Order
|
|
Bid Supplements
|
0
|
|
Document Request List
|
2
|
|
Date Published
|
17/03/2026
|
|
Last Updated / Time
|
17/03/2026 12:00 AM
|
|
Closing Date / Time
|
06/04/2026 5:00 PM
|
|
Description
|
Description
Procurement of One (1) Unit Motor Vehicle - Passenger Van
TECHNICAL SPECIFICATIONS
The Supplier shall provide a Brand New Passenger Van with the following features:
General
Model year: Latest
Seating capacity: At least 12 including driver
Fuel type: Diesel
Fuel Tank Capacity: at least 65 L
Color: White/Silver/Gray/Black
No. of Doors: At least 4 (rear passenger -sliding door)
Ground Clearance : At least 175 mm
Wheelbase: At least 2900 mm
Length: 5,200 to 5,300 mm
Width: 1800 to 2000 mm
Height: 1900 to 2,300 mm
Warranty: At least 3 years or 100,000 KMS whichever comes first
Engine and Performance
Engine Displacement: At least 2.5L/2,500cc but not more than 3.0L/3,000cc
No. of Cylinders: 4
Number of Valves: 16
Transmission Category: Manual (At least 5 speed)
Drivetrain: Rear-Wheel Drive
Emission Standard: At least Euro 4 compliant or higher
Other Features
Front Seats (Driver and Front Passenger) with Adjustable Headrest, and Sliding and Reclining Functions
Back Passenger Seats (3 to 4 Rows, Front-Facing, with headrest and reclining functions) with sufficient leg room/row
Power Window
Wireless/Electronic Door Lock
With Key Remind Warning
With Anti Lock Brake System (ABS)
With Dual Airbags for driver and front passenger/s
With Reverse Camera/Rear Parking Sensors
Dual Airconditioning System with front and rear individual vents)
Latest Model Audio System with Android/Apple Carplay/USB/ Bluetooth Functions, and 4 speakers
Matting
Mandatory Value-Added Inclusions
LTO registration (minimum three [3] years) under the name of Office of Transportation Cooperatives;
Complete manufacturers standard tools with tire wrench, jack and early warning device
Free PMS up to 25,000 km;
Dash Camera (professionally installed);
Warranty and after-sales support; and
Complete turnover documentation.
APPROVED BUDGET FOR THE CONTRACT (ABC)
The Approved Budget for the Contract (ABC) shall be P2,370,000.00 inclusive of all government ewt & vat applicable withholding taxes, duties and
fees.
VII. DELIVERY TERMS
Delivery period: Within thirty (30) calendar days from issuance of Notice to Proceed (NTP).
Delivery location (As may be practicable):
Office of Transportation Cooperatives (OTC)
BenLor Bldg. 1184, Quezon Ave. Quezon City
INSPECTION AND ACCEPTANCE
For this purpose, the Office shall issue a separate Special Order (S.O) creating an Inspection and Acceptance Committee specifically for the procurement of
the motor vehicle.
The Inspection and Acceptance Committee shall be responsible for the following:
Verify compliance of the delivered unit with the technical specifications;
Confirm the inclusion of required accessories and services, including Preventive Maintenance Services (PMS), dash cam, and rust proofing;
Conduct the necessary physical and functional testing of the motor vehicle; and;
Issue the Certificate of Inspection and Acceptance upon satisfactory compliance.
DOCUMENTARY REQUIREMENTS UPON DELIVERY
Sales Invoice and Delivery Receipt
LTO Certificate of Registration (CR) and Official Receipt (OR)
Warranty Booklet
Owner’s Manual
PMS Schedule and Coverage Certification
Certificate of Dash Cam Installation
Certificate of Rust Proofing Treatment
Certificate of Inspection and Acceptance
PAYMENT TERMS
Payment shall be made only upon:
Full delivery of the vehicle;
Completion of all bundled services;
Submission of complete documents; and
Issuance of the Certificate of Acceptance by OTC.
BASIS FOR AWARD
The contract shall be awarded through Public Bidding pursuant to RA 12009 and its 2024 IRR, on the basis that the offered vehicle package contains unique
bundled features and services not available under standard PS-DBM catalogue items and that the offer is most advantageous to the Government in terms of
cost efficiency, operational value, and lifecycle benefits.
MODE OF PAYMENT
Payment shall be processed upon completion of the payment terms stated under Part X of this TOR and shall be made through the List of Due and Demandable
Accounts Payable (LDDAP)–Advice to Debit Account (ADA), preferably through Land Bank of the Philippines, net of all applicable government withholding
taxes.
In case the service provider maintains an account with a bank other than Land Bank of the Philippines, any bank service charges shall be borne by the
service provider.
For further information, please refer to:
OTC BAC SECRETARIAT
Office of Transportation Cooperatives
5th Floor Main, Ben-Lor Building, 1184 Quezon Avenue, Brgy. Paligsahan, Quezon City 1103
Tel. No.: 8332-93-15
Telefax No.: 8332-93-11
Please submit your five (5) sets of copies of Philippine Bidding Documents including legal, technical and financial documents via a sealed envelope.
A. Envelope #1 - Legal Eligibility Documents: (The following documentary requirements shall form part of the Phlippine Bidding Documents (PBD))
1. Latest Mayor’s/Business Permit,
2. PhilGEPS Platinum Registration and Membership Certificate (all pages);
3. Latest Income /Business Tax Return FY 2024 and/or FY 2025 duly stamped received by the BIR.
B. Envelope #2 - Technical Documents
1. Revised Omnibus Sworn Statement (Notarized) may also be submitted upon the issuance of the Notice of Award (NoA) by the Procuring Entity.
2. Single Largest Completed Contract (SLCC)
3. List of all ongoing government and private contracts including contracts awarded but not yet started.
4. Net Financial Contracting Capacity (NFCC)
C. Envelope # 3 - Financial Documents
1. Financial Proposal/Bid Quotation.
NOTE: Submission of Bids shall be on Mondays-Thursdays only; 9:00 a.m. - 4:00 pm.
Reservation Clause: Pursuant to Section 70 of the IRR of R.A. 12009, the procuring entity reserves the right to 1) reject bids, 2) declare a failure of
bidding, and 3) not to award the contract without incurring any liability if the funds/allotments for said program/project/activity have been withheld or
reduced through no fault of its own.
|
|
|
|
Pre-bid Conference
|
|
Date
|
Time
|
Venue
|
|
25/03/2026
|
9:00 AM
|
Board Room/Office of Transportation Cooperatives/5th flr. Main Ben-Lor Bldg., 1184 Quezon Ave., Brgy. Paligsahan, Quezon City 1103
|
|
|
|
|
|
|
|
Created by
|
Francis Emmanuel Seres Balcita
|
|
Date Created
|
05/03/2026
|
|
|
|
|