Supply and Delivery of One (1) unit Brand New Diesel Generator Set

Contract No. 2025-220
P 4,000,000.00
2025-12-10 14:00:00

Republic of the Philippines
SAN PABLO CITY WATER DISTRICT
Maharlika Highway, Brgy. San Gabriel, San Pablo City
Telefax. No. (049) 503-0075

INVITATION TO BID

Contract No. 2025-220

Supply and Delivery of One (1) unit Brand New
Diesel Generator Set

1. The San Pablo City Water District, through the 2025 Approved Budget intends to apply the sum of Four Million Pesos (Php 4,000,000.00) only being the Approved Budget for the Contract (ABC) to payments under the contract for Contract No. 2025-220 Supply and Delivery of One (1) unit Brand New Diesel Generator Set. Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The San Pablo City Water District now invites bids for the above Procurement Project. Delivery of the Goods is required within Ninety (90) to One Hundred Twenty (120) Days upon receipt of approved Purchase Order. Bidders should have completed, within One (1) year from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.

a. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA No. 5183.

4. Prospective Bidders may obtain further information from San Pablo City Water District and inspect the Bidding Documents at the address given below during 8:00 o’clock in the morning up to 5:00 o’clock in the afternoon.

5. A complete set of Bidding Documents may be acquired by interested Bidders on November 20, 2025 to December 10, 2025 from the given address and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Thousand Pesos (Php 5,000.00) only. The Procuring Entity shall allow the bidder to present its proof of payment for the fees by presenting the Official Receipt personally at the given address below.

6. The San Pablo City Water District will hold a Pre-Bid Conference on November 28, 2025 at 2:00 o’clock in the afternoon at San Pablo City Water District Regional Training Center, Maharlika Highway, Brgy. San Gabriel, San Pablo City, which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through manual submission at the office address indicated below, on or before December 10, 2025 at 2:00 o’clock in the afternoon. Late bids shall not be accepted.

8. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 14.

9. Bid opening shall be on December 10, 2025 at 2:00 o’clock in the afternoon at the given address below. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity.

10. In case the due date falls on a non-working day, i.e. Saturday and Sunday, legal holiday, or special non-working holiday, the deadline shall be moved on the next working day.

11. The San Pablo City Water District 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 bidders.

12. For further information, please refer to:

ROXAINE LOURREST A. CARANDANG
Head, BAC Secretariat
San Pablo City Water District
Maharlika Highway, Brgy. San Gabriel,
San Pablo City 4000, Laguna, Philippines
bac@spcwd.org.ph
Tel No:
Laguna Trunkline: (049) 562-9955 loc. 124 or 125 or 128
Manila Line: (02) 8396-9550 loc. 124 or 125 or 128
Direct Line: (049) 503-0075


Approved by:



EFREN R. DELA PAZ
Chairman, Bids and Awards Committee

Noted by:



MILDRED C. MORGA
Acting General Manager

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE
Class “A” Documents
Legal Documents
? (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 of the IRR;

Technical Documents
? (b) 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; and
? (c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as provided in the Bidding Documents; and
? (d) 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; and
? (e) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; and
? (f) Original duly signed Omnibus Sworn Statement (OSS) and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney 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.

Financial Documents
? (g) 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.

Class “B” Documents

? (h) 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.

II. FINANCIAL COMPONENT ENVELOPE
? (i) Original of duly signed and accomplished Financial Bid Form; and
? (j) Original of duly signed and accomplished Price Schedule(s).
Other documentary requirements under RA No. 9184 (as applicable)
? (k) [For foreign bidders claiming by reason of their country’s extension of reciprocal rights to Filipinos] Certification from the relevant government office of their country stating that Filipinos are allowed to participate in government procurement activities for the same item or product.
? (l) Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity.

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

Section VI. Schedule of Requirements
Contract No. 2025-220

Supply and Delivery of One (1) unit Brand New
Diesel Generator Set

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site.

Item Number Description Quantity Total Delivered, Weeks/Months
1. Brand New Diesel Generator Set 1 unit Ninety (90) to One Hundred Twenty (120) Days
upon receipt of Purchase Order

Terms of Payment :
a) After issuance of certificate of final acceptance
b) Upon posting of warranty security in any of the
following prescribed forms:
- Retention money in an amount equivalent to five percent (5%) of the contract price
Or
- Special bank guarantee equivalent to at least ten percent (10%) of the contract price.
Or
- Surety bond callable upon demand issued by GSIS or a surety or insurance company equivalent to thirty (30%) percent of the contract price.
c) Processing of payment (30 days) upon completion of deliveries.

Terms and Warranty:
The unit must be brand new and completely built unit from the factory.
Warranty: One (1) year or 2,000 running hours whichever comes first against manufacturing defects or faulty workmanship on use of genuine spare parts and maintenance according to factory recommendations.
Delivery Period: 3 to 4 months upon receipt of approved P.O.
Start-up and Commissioning to be done by competent and certified service engineer at site.
See Technical Specs for the additional requirements.

Prepared by: Reviewed and Evaluated by:


ENGR. HAZEL S. GERONIMO ENGR. GILBERT M. VELASCO
Requisitioner / Acting Division Manager A – EWRD BAC Prov. Member-Technical

Recommended for Approval: Approved by:


ENGR. LAZARO FERDINAN S. ABRIGO MILDRED C. MORGA
Department Manager A – TSD Acting General Manager

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

REPUBLIC OF THE PHILIPPINES
SAN PABLO CITY WATER DISTRICT
Maharlika Highway, San Gabriel, San Pablo City
Tel. No. (049) 562-9955

TECHNICAL SPECIFICATIONS
GENERATOR SET
FOR MALAUNOD PUMPING STATION
Item No. Quantity Unit Specifications Statement of Compliance
Complying Non-Complying
A. General Requirements:
1. 1 Unit DIESEL GENERATOR SET "Brand New"
Prime Power (PRP): 344 kVA
Standby Power (ESP): 375 kVA
Rated Voltage: 220/440 Volts (+/-10%)
Rated Frequency: 60 Hertz
Power Factor cosØ: 0.8
Rated Current (PRP): 475 A - 820 A (440/220 VAC)
Performance class acc. ISO-8528/5 G2
Operating Temperature (min/max) ­10/50 Degrees Celcius
Fuel Consumption
Fuel Tank Capacity: 520 Liters (Min)
Fuel Consumption at 100% PRP Load 80.5 L/h (Min), 89.2 L/h (Max)
Fuel Autonomy at Full Load 8.0 h
Engine
Speed 1800
Rated Net Power 313 kWm (Min)
Aspiration: Turbo Charger
Speed Control Electronic Governor
Number of Cylinder 6
Coolant Liquid-Cooled
Swept Volume 14 L
Alternator
Rated Output: 375 kVA
Degree of Protection/Insulation Class: IP23 / H
Excitation Type: Auxilliary Winding
No. of Wires 12 Leads
Excitation System 12 Wires SHUNT AREP =/PMG (Min)
AVR Type R150 R180 (Min)

Noise Level
Sound Pressure Level at 7m 80 dB(A) (Min)
Dimension and Weight:
Dimension (L x W x H): 4000 X 1400 X 2000 mm.
Weight: 4000 kgs
With the following:
? Battery Switch
? Oil Filter
? Fuel Filter
? V Belt
? Basic Tools, Adjustable wrench, Screw Drivers, Pliers, Vise Grip,Filter Wrench
? Battery Charger
? DSE 7320 / DSE 6020 / AMF InteliLite9
? Auxilliary Winding
? Coolant Heater
? Earth Leakage Relay
? Oil Drain Pump
B. Terms and Warranty:
1 The unit must be brand new and completely built unit from the factory.
2 Warranty: One (1) year or 2,000 running hours whichever comes first against
manufacturing defects or faulty workmanship on use of genuine spare parts
and maintenance according to factory recommendations.
3 Delivery Period: 3 to 4 months upon receipt of approved P.O.
4 Start-up and Commissioning to be done by competent and certified service
engineer at site.
C. Approved Budget Cost:
Php4,000,000.00

Prepared by: Reviewed and Evaluated by:


Engr. HAZEL S. GERONIMO Engr. GILBERT M. VELASCO
Requisitioner BAC Provisional Member - Technical

Recommended for Approval by: Approved by:


Engr. LAZARO FERDINAN S. ABRIGO Engr. ELEUTERIO D. AMANTE
Department Manager A, TSD General Manager A

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

DIVISION 30
SAN PABLO CITY WATER DISTRICT
ELECTRO-MECHANICAL EQUIPMENT
GENERATOR SET FOR MALAUNOD PUMPING STATION

GENERAL SPECIFICATIONS:
I. GENERAL

a. The Supplier shall furnish, deliver, install, test and commission the generating set/ all mechanical/electrical equipment specified herein. He shall provide the necessary supervision, tools, materials, supplies and appurtenances for the proper installation, testing and operation of the completely assembled equipment.

b. All equipment furnished and installed shall be brand new and non-obsolete (at most three years ex-stock), unused and guaranteed from defects in material, design and/or workmanship. When required, importation papers of ex-stock equipment shall be submitted. No replacement equipment or material shall be delivered for installation on site prior to the return of acceptable shop drawings submitted by the Contractor and duly approved by the Engineer/Owner. The contractor shall submit together with the shop drawings, a certification of the availability of spare parts and service locally in case of system breakdown for a period of five (5) years.

c. The work under this Contract shall be done in accordance with the requirements of the latest edition of the Philippine Electrical Code, the rules, regulations and requirements of electrical and telephone utilities as far as their permanent services are concerned, and the government ordinances enforced in the locality. In case of conflict with these specifications or the drawings, the preceding clause shall govern.

d. The Contractor shall be responsible for securing all necessary permits from the appropriate government authorities at his own expense both for the mechanical/electrical construction and for the operation of the system upon completion of the work. The Contractor shall furnish the Owner with the approved Certificate of Final Mechanical/Electrical Inspection.

e. All electrical equipment, materials and components shall be as specified unless specifically exempted, in which case, they shall be the best of their respective kind. Samples of material to be supplied shall be submitted for approval when required by the Engineer. All electrical equipment and material shall bear the manufacturer’s inspection label, unless exception to this requirement is inherent to a particular item.

f. The Contractor shall coordinate and work with all other parties with whose apparatus he shall connect part/s of the work required herein. The Contractor shall prepare drawings or details of the equipment he supplied, location of sleeves, conduits and supports that may be required by other trades and shall furnish the Owner with at least five (5) copies of these drawings, for the information of all parties concerned. The approval for such drawings shall not relieve the Contractor in any way from the responsibility of properly locating and/or coordinating his work with those of other parties involved.

g. The minimum efficiencies specified herein are the minimum laboratory efficiencies for a completely assembled unit. The Contractor shall furnish copies of certified non-witnessed performance test for all imported equipment. In the absence of such certification and for locally-manufactured/assembled equipment, a local laboratory testing shall be conducted on the equipment in the presence of authorized Water District/Owner representatives. In no case shall the Contractor shall be allowed to deliver and install the unit until satisfactory laboratory test is attained. The cost of making the test shall be borne entirely by the Contractor.

h. The Contractor shall be responsible for all components, and for satisfactory installation and operation of the completely assembled unit, including the motors, motor controllers and pumps.

i. The equipment and installation shall be guaranteed for a period of at least one (1) year of trouble-free operation. The Contractor shall furnish and replace, without cost to the Owner, any equipment or part that is defective or shows undue wear within one (1) year after acceptance of the contract work. A warranty certificate shall be issued to the Owner, effectivity date of which shall start on the same day the units have been accepted. A duplicate copy of the same shall be furnished to the Engineer. All incidental expenses relative to the warranty work shall be borne entirely by the Contractor.

j. All electrical and mechanical equipment shall be tested to the satisfaction of the Engineer before any facility is put into operation. Tests shall be made to determine whether the equipment has been properly assembled, aligned, adjusted and connected. Any changes, adjustments replacements required to make the equipment operate as specified shall be carried out by the Contractor as part of the work. In addition to the mentioned testing conditions, the following field test requirements should be considered for electrical equipment, materials, and component.

1. System Test – The generator set and its corresponding panel board shall be tested with the power equipment connected, circuit breakers closed and all loads and fixtures permanently connected for their intended operation for a minimum of 24 hours continuous operation in the presence of the Engineer, at the expense of the Contractor. The entire installation shall be free from any ground fault and from any short circuit. In no case shall the insulation resistance be less than that allowed by PEC regulations for Electrical Equipment of Buildings and/or manufacturers recommendations. Failures shall be corrected in a manner satisfactory to the Engineer.


2. Performance Test and Equipment Setting – It shall be the responsibility of the Contractor to test the Generator set and the entire electrical and mechanical system for the proper equipment operation. Setting of all protective relays, pilot devices, and auxiliary systems shall conform with the operating requirements of the installations. The Contractor shall turn-over the generator set capable to power the entire mechanical and electrical installation in a satisfactory working condition.

k. Upon completion of the contract work, the Contractor shall arrange that a field testing be conducted on the Generator set providing power to the electro-mechanical equipment by the Engineer/s in his presence. The test shall be made to show that the generator set equipment satisfies its specifications and operational requirements. The contract work will not be accepted and final payment will not be recommended until satisfactory test has been made. In the event of failure of the equipment to meet the guaranteed efficiencies or to operate to the Engineer’s satisfaction during the first official field test, the Contractor shall make such modifications and repairs and shall receive no additional compensation therefore. Failure of the equipment to meet the contract requirements in three (3) official field tests shall be ground for rejection of the equipment. All expenses to be incurred, including the travel expenses of SPCWD Engineers after the first official test shall be charged to the Contractor. The test run shall be made within thirty (30) days upon receipt of the Contractor request for such testing. Provided, however, that if the Engineer/s fail to make the test within the said period, the field test shall not further delay the acceptance of the work.

Above field test shall be made only after the Contractor has furnished the Engineer/s a copy of satisfactory results of his initial or preliminary test on the equipment as part of his work and without cost to the Owner.

During the testing of the equipment, the Contractor shall arrange to have available qualified persons who shall instruct the plant personnel in the operation and care thereof. Only after all the equipment have been tested and adjusted shall the new facilities be put into operation. Acceptance testing of equipment shall not include initial start-up and adjustment of equipment. All equipment shall be tested for proper operation and undergo initial adjustments prior to acceptance.

If at the time of acceptance testing, the equipment is not working order, the Engineer shall direct the Contractor to make the necessary repairs or adjustments.

l. Before the acceptance of the work, Contractor shall furnish, for each piece of equipment supplied, two (3) complete bound sets of catalogs giving information listed below (in English Language):


1. Clear and concise instructions for the operation, adjustment and lubrication and other maintenance of the equipment.

2. List of spare parts, as provided by the Contractor on the date of completion of the work and to be stored by the Water District.

3. Parts list of the equipment with catalog numbers and other data necessary for ordering replacement parts in the future.

m. Where materials of construction are not specified, the Supplier shall use first class commercial grades best suited for the particular use for which they are employed. All equipment furnished under these specifications shall comply with all applicable mandatory safety codes.

n. The Contractor shall employ licensed Electrical and/or Mechanical Engineer/s to supervise the electro-mechanical works as required by Commonwealth Act No. 294, known as the Mechanical Engineering Law and Republic Act No. 7920 known as the Electrical Engineering Law.


3. ELECTRIC GENERATOR SET

A. GENERAL – The Contractor shall provide and install one (1) unit electric generator set (350 KVA, Minimum, 230/460 Volts AC, (DUAL VOLTAGE), 3-phase, 60 Hz) at MALAUNOD Pumping Station, San Pablo City. The units shall be used as alternate power source for the installed Vertical Turbine Pumps and submersible electric motors. The electric generator set shall be directly coupled, factory aligned mounted on a common steel base plate complete with all necessary engine and generator accessories, ready for operation, manually push-button/key start type, rated for continuous (prime) power supply under conditions specified herein. The complete diesel engine generator set shall be free from critical and torsional vibration within the operating speed range. The generating set shall have a heavy duty canopy for a super silent operations.

B. TEST REQUIREMENT

The generator set shall be tested to determine whether the equipment has been properly assembled, aligned, adjusted and connected. All incidental expenses relative to the testing shall be borne entirely by the Contractor.




1. Laboratory Test – The unit shall be tested under varying loads with guard and exhaust system in place. Test shall include the following:

a) Single-step load pick-up
b) Transient and steady-state governing
c) Safety shutdown device testing
d) Voltage regulation
e) Rated power
f) Maximum power
g) Silence during operation

2. On-site Test

a) Checking of fuel and lubrication for conformity with the manufacturer’s recommendation, under the environmental conditions present and expected.

b) Accessories that normally function while the set is standing by shall be checked prior to cranking the engine.

c) Start-up under test mode to check for exhaust leaks, path of exhaust gases outside the building, cooling air flow, movement during starting and stopping, vibration during running, normal and emergency line to line voltage and phase rotation.

d) Engine coolant temperature, oil pressure and battery charge level along with generator voltage, amperes and frequency shall be monitored throughout the test.

C. DIESEL ENGINE

The engine shall be of the water cooled, heavy duty, 4-cycle, naturally aspirated, industrial type equipped with 12/24 volt DC solenoid engaged electric motor starter and shall develop the full continuous horsepower required by the alternator using diesel fuel when operating at a speed not exceeding 1800 rpm. The engine shall have aluminum pistons, removable type cylinder sleeves, heavy-duty replaceable precision type bearings and equipped with vane type oil pump, by-pass oil filter, oil level indicator, a residential type silencer exhaust system.

ROXAINE LOURREST A. CARANDANG
Head, BAC Secretariat
San Pablo City Water District