Tender Details
Title

REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY MORONG NATIONAL HIGH SCHOOL - MORONG, RIZAL

Country
Language
English
Organization
Published Date
03.07.2024
Deadline Date
24.07.2024
Overview
REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY Request for Quotation (RFQ)   Reference Number 11008628   Procuring Entity MORONG NATIONAL HIGH SCHOOL - MORONG, RIZAL   Title REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY   Area of Delivery Rizal   Printable Version Solicitation Number: GOODS-2024-002 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Goods Category: Construction Materials and Supplies Approved Budget for the Contract: PHP 1,331,313.00 Delivery Period: 3 Year/s Client Agency: Contact Person: GERARDO V CLEOFE Supply Officer Tomas Claudio St. San Juan Morong Rizal Philippines 63-2-6532756 psdbmhelpdesk@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 03/07/2024 Last Updated / Time 03/07/2024 12:00 AM Closing Date / Time 24/07/2024 8:00 AM Description PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY Project No.: GOODS-2024-002 Government of the Republic of the Philippines Sixth Edition July 2024 0 Preface These Philippine Bidding Documents (PBDs) for the procurement of Goods through Competitive Bidding have been prepared by the Government of the Philippines for use by any branch, constitutional commission or office, agency, department, bureau, office, or instrumentality of the Government of the Philippines, National Government Agencies, including Government-Owned and/or Controlled Corporations, Government Financing Institutions, State Universities and Colleges, and Local Government Unit. The procedures and practices presented in this document have been developed through broad experience, and are for mandatory use in projects that are financed in whole or in part by the Government of the Philippines or any foreign government/foreign or international financing institution in accordance with the provisions of the 2016 revised Implementing Rules and Regulations of Republic Act No. 9184. The Bidding Documents shall clearly and adequately define, among others: (i) the objectives, scope, and expected outputs and/or results of the proposed contract or Framework Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected contract or Framework Agreement duration, the estimated quantity in the case of procurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties, and/or functions of the winning bidder. Care should be taken to check the relevance of the provisions of the PBDs against the requirements of the specific Goods to be procured. If duplication of a subject is inevitable in other sections of the document prepared by the Procuring Entity, care must be exercised to avoid contradictions between clauses dealing with the same matter. Moreover, each section is prepared with notes intended only as information for the Procuring Entity or the person drafting the Bidding Documents. They shall not be included in the final documents. The following general directions should be observed when using the documents: a.All the documents listed in the Table of Contents are normally required for the procurement of Goods. However, they should be adapted as necessary to the circumstances of the particular Procurement Project. b.Specific details, such as the “name of the Procuring Entity” and “address for bid submission,” should be furnished in the Instructions to Bidders, Bid Data Sheet, and Special Conditions of Contract. The final documents should contain neither blank spaces nor options. c.This Preface and the footnotes or notes in italics included in the Invitation to Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of Contract, Schedule of Requirements, and Specifications are not part of the text of the final document, although they contain instructions that the Procuring Entity should strictly follow. d.The cover should be modified as required to identify the Bidding Documents as to the Procurement Project, Project Identification Number, and Procuring Entity, in addition to the date of issue. e.Modifications for specific Procurement Project details should be provided in the Special Conditions of Contract as amendments to the Conditions of Contract. For easy completion, whenever reference has to be made to specific clauses in the Bid Data Sheet or Special Conditions of Contract, these terms shall be printed in bold typeface on Sections I (Instructions to Bidders) and III (General Conditions of Contract), respectively. f.For guidelines on the use of Bidding Forms and the procurement of Foreign- Assisted Projects, these will be covered by a separate issuance of the Government Procurement Policy Board. Table of Contents Glossary of Acronyms, Terms, and Abbreviations 4 Section I. Invitation to Bid 7 Section II. Instructions to Bidders 11 1.Scope of Bid 12 2.Funding Information 12 3.Bidding Requirements 12 4.Corrupt, Fraudulent, Collusive, and Coercive Practices 12 5.Eligible Bidders 13 6.Origin of Goods 14 7.Subcontracts 14 8.Pre-Bid Conference 14 9.Clarification and Amendment of Bidding Documents 15 10.Documents comprising the Bid: Eligibility and Technical Components 15 11.Documents comprising the Bid: Financial Component 15 12.Bid Prices 16 13.Bid and Payment Currencies 16 14.Bid Security 17 15.Sealing and Marking of Bids 17 16.Deadline for Submission of Bids 17 17.Opening and Preliminary Examination of Bids 17 18.Domestic Preference 18 19.Detailed Evaluation and Comparison of Bids 18 20.Post-Qualification 18 21.Signing of the Contract 19 Section III. Bid Data Sheet 20 Section IV. General Conditions of Contract 22 1.Scope of Contract 23 2.Advance Payment and Terms of Payment 23 3.Performance Security 23 4.Inspection and Tests 23 5.Warranty 24 6.Liability of the Supplier 24 Section V. Special Conditions of Contract 25 Section VI. Schedule of Requirements 30 Section VII. Technical Specifications 32 Section VIII. Checklist of Technical and Financial Documents…………… 34 Glossary of Acronyms, Terms, and Abbreviations ABC – Approved Budget for the Contract. BAC – Bids and Awards Committee. Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in consonance with the requirements of the bidding documents. Also referred to as Proposal and Tender. (2016 revised IRR, Section 5[c]) Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR, Section 5[d]) Bidding Documents – The documents issued by the Procuring Entity as the bases for bids, furnishing all information necessary for a prospective bidder to prepare a bid for the Goods, Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016 revised IRR, Section 5[e]) BIR – Bureau of Internal Revenue. BSP – Bangko Sentral ng Pilipinas. Consulting Services – Refer to services for Infrastructure Projects and other types of projects or activities of the GOP requiring adequate external technical and professional expertise that are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to: (i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) construction supervision; (v) management and related services; and (vi) other technical services or special studies. (2016 revised IRR, Section 5[i]) CDA - Cooperative Development Authority. Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. CIF – Cost Insurance and Freight. CIP – Carriage and Insurance Paid. CPI – Consumer Price Index. DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.” DTI – Department of Trade and Industry. EXW – Ex works. FCA – “Free Carrier” shipping point. FOB – “Free on Board” shipping point. Foreign-funded Procurement or Foreign-Assisted Project– Refers to procurement whose funding source is from a foreign government, foreign or international financing institution as specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section 5[b]). Framework Agreement – Refers to a written agreement between a procuring entity and a supplier or service provider that identifies the terms and conditions, under which specific purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in the nature of an option contract between the procuring entity and the bidder(s) granting the procuring entity the option to either place an order for any of the goods or services identified in the Framework Agreement List or not buy at all, within a minimum period of one (1) year to a maximum period of three (3) years. (GPPB Resolution No. 27-2019) GFI – Government Financial Institution. GOCC – Government-owned and/or –controlled corporation. Goods – Refer to all items, supplies, materials and general support services, except Consulting Services and Infrastructure Projects, which may be needed in the transaction of public businesses or in the pursuit of any government undertaking, project or activity, whether in the nature of equipment, furniture, stationery, materials for construction, or personal property of any kind, including non-personal or contractual services such as the repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial, security, and related or analogous services, as well as procurement of materials and supplies provided by the Procuring Entity for such services. The term “related” or “analogous services” shall include, but is not limited to, lease or purchase of office space, media advertisements, health maintenance services, and other services essential to the operation of the Procuring Entity. (2016 revised IRR, Section 5[r]) GOP – Government of the Philippines. GPPB – Government Procurement Policy Board. INCOTERMS – International Commercial Terms. Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition, repair, restoration or maintenance of roads and bridges, railways, airports, seaports, communication facilities, civil works components of information technology projects, irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste management systems, shore protection, energy/power and electrification facilities, national buildings, school buildings, hospital buildings, and other related construction projects of the government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u]) LGUs – Local Government Units. NFCC – Net Financial Contracting Capacity. NGA – National Government Agency. PhilGEPS - Philippine Government Electronic Procurement System. Procurement Project – refers to a specific or identified procurement covering goods, infrastructure project or consulting services. A Procurement Project shall be described, detailed, and scheduled in the Project Procurement Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular No. 06-2019 dated 17 July 2019) PSA – Philippine Statistics Authority. SEC – Securities and Exchange Commission. SLCC – Single Largest Completed Contract. Supplier – refers to a citizen, or any corporate body or commercial company duly organized and registered under the laws where it is established, habitually established in business and engaged in the manufacture or sale of the merchandise or performance of the general services covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier as used in these Bidding Documents may likewise refer to a distributor, manufacturer, contractor, or consultant. UN – United Nations. Section I. Invitation to Bid Republic of the Philippines Department of Education REGION IV-A-CALABARZON SCHOOLS DIVISION OF RIZAL REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY Project No.: GOODS-2024-002 1.The Department of Education – Division of Rizal - Morong National Senior High School - Morong, Rizal through the Additional MOOE downloaded for Senior High School for the month of June 2024 intends to apply the sum of One Million Three Hundred Thirty One Thousand Three Hundred Thirteen Pesos only (PhP 1,331,313.00.00) being the Approved Budget for the Contract (ABC) to payments under the contract for REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2.The DEPARTMENT OF EDUCATION - DIVISION OF RIZAL - MORONG NATIONAL SENIOR HIGH SCHOOL - MORONG, RIZAL, now invites bids for the above Procurement Project. Delivery of the Goods is required by TEN (10) WORKING DAYS UPON THE RECEIPT OF PURCHASE ORDER (P.O.). Bidders should have completed, within THREE (3) years 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 at DEPARTMENT OF EDUCATION - DIVISION OF RIZAL - MORONG NATIONAL SENIOR HIGH SCHOOL - MORONG, RIZAL, and inspect the Bidding Documents at the address given below during Mondays to Fridays from 8:00AM to 5:00PM. 5.A complete set of Bidding Documents may be acquired by interested Bidders on July 3, 2024 to July 24, 2024 every Mondays to Fridays from 8:00AM to 5:00PM (until 08:00AM of July 24,2024) from the given address and website(s) below and upon payment of the applicable fee of Five Thousand Pesos (PhP 5,000.00) for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB. The Procuring Entity shall allow the bidder to present its proof of payment for the fees in person or through electronic means. 6.The DEPARTMENT OF EDUCATION - DIVISION OF RIZAL - MORONG NATIONAL SENIOR HIGH SCHOOL - MORONG, RIZAL, will hold a Pre-Bid Conference on July 11, 2024, 11:00am via face-to-face conferencing, which shall be open to prospective bidders. All prospective bidders shall message through email (email address below) the BAC Secretariat to give the meeting link thirty (30) minutes before the Pre-Bid meeting. 7.Bids must be duly received by the BAC Secretariat through manual submission at the office address indicated below on or before July 24, 2024 until 09:30am. 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 July 24, 2024, 10:00am at the given address below. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity. 10.The DEPARTMENT OF EDUCATION - DIVISION OF RIZAL - MORONG NATIONAL SENIOR HIGH SCHOOL - MORONG, RIZAL, 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. 11.For further information, please refer to: MAUREEN MARL D. ARIBUABO BAC, Goods and Services, Secretariat Morong National High School Tomas Claudio St., Brgy. San Juan, Morong, Rizal Contact Nos. (02) 709-130-45 Email address: maureenmarl.aribuabo@deped.gov.ph 12.You may visit the following websites: Date of Issue: July 3, 2024 LINA M. GUATNO Chairperson, BAC – Goods and Services Section II. Instructions to Bidders 1.Scope of Bid The Procuring Entity, DEPARTMENT OF EDUCATION – DIVISION OF RIZAL - MORONG NATIONAL SENIOR HIGH SCHOOL wishes to receive Bids for the REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY with identification number GOODS-2024-002. The Procurement Project (referred to herein as “Project”) is composed of one (1) lot, the details of which are described in Section VII (Technical Specifications). 2.Funding Information 2.1.The GOP through the source of funding as indicated below FY 2024 in the amount of One Million Three Hundred Thirty One Thousand Three Hundred Thirteen Pesos only (PhP 1,331,313.00.00). 2.2.The source of funding is: a.NGA, the General Appropriations Act or Special Appropriations. 3.Bidding Requirements The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, including its Generic Procurement Manuals and associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof. Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or IB by the BAC through the issuance of a supplemental or bid bulletin. The Bidder, by the act of submitting its Bid, shall be deemed to have verified and accepted the general requirements of this Project, including other factors that may affect the cost, duration and execution or implementation of the contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bidding Documents. 4.Corrupt, Fraudulent, Collusive, and Coercive Practices The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest standard of ethics during the procurement and execution of the contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project. 5.Eligible Bidders 5.1.Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated. 5.2.5.2. a.Foreign ownership exceeding those allowed under the rules may participate pursuant to: i.When a Treaty or International or Executive Agreement as provided in Section 4 of the RA No. 9184 and its 2016 revised IRR allow foreign bidders to participate; ii.Citizens, corporations, or associations of a country, included in the list issued by the GPPB, the laws or regulations of which grant reciprocal rights or privileges to citizens, corporations, or associations of the Philippines; iii.When the Goods sought to be procured are not available from local suppliers; or iv.When there is a need to prevent situations that defeat competition or restrain trade. 5.3.Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder shall have an SLCC that is at least one (1) contract similar to the Project the value of which, adjusted to current prices using the PSA’s CPI, must be at least equivalent to: a.For the procurement of Non-expendable Supplies and Services: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC. b.For the procurement of Expendable Supplies: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least twenty-five percent (25%) of the ABC. c.For procurement where the Procuring Entity has determined, after the conduct of market research, that imposition of either (a) or (b) will likely result to failure of bidding or monopoly that will defeat the purpose of public bidding: the Bidder should comply with the following requirements: [Select either failure or monopoly of bidding based on market research conducted] i.Completed at least two (2) similar contracts, the aggregate amount of which should be equivalent to at least fifty percent (50%) in the case of non-expendable supplies and services or twenty-five percent (25%) in the case of expendable supplies] of the ABC for this Project; and ii.The largest of these similar contracts must be equivalent to at least half of the percentage of the ABC as required above. 5.4.The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the 2016 IRR of RA No. 9184. 6.Origin of Goods There is no restriction on the origin of goods other than those prohibited by a decision of the UN Security Council taken under Chapter VII of the Charter of the UN, subject to Domestic Preference requirements under ITB Clause 18. 7.Subcontracts 7.1.The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty percent (20%) of the Project. The Procuring Entity has prescribed that: a.Subcontracting is not allowed. 7.2.[If Procuring Entity has determined that subcontracting is allowed during the bidding, state:] The Bidder must submit together with its Bid the documentary requirements of the subcontractor(s) complying with the eligibility criteria stated in ITB Clause 5 in accordance with Section 23.4 of the 2016 revised IRR of RA No. 9184 pursuant to Section 23.1 thereof. 7.3.[If subcontracting is allowed during the contract implementation stage, state:] The Supplier may identify its subcontractor during the contract implementation stage. Subcontractors identified during the bidding may be changed during the implementation of this Contract. Subcontractors must submit the documentary requirements under Section 23.1 of the 2016 revised IRR of RA No. 9184 and comply with the eligibility criteria specified in ITB Clause 5 to the implementing or end-user unit. 7.4.Subcontracting of any portion of the Project does not relieve the Supplier of any liability or obligation under the Contract. The Supplier will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants, or workmen as fully as if these were the Supplier’s own acts, defaults, or negligence, or those of its agents, servants, or workmen. 8.Pre-Bid Conference The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and either at its physical address and/or through videoconferencing/webcasting as indicated in paragraph 6 of the IB. 9.Clarification and Amendment of Bidding Documents Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such requests must be in writing and received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the deadline set for the submission and receipt of Bids. 10.Documents comprising the Bid: Eligibility and Technical Components 10.1.The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section VIII (Checklist of Technical and Financial Documents). 10.2.The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed within five (5) years of the IB] prior to the deadline for the submission and receipt of bids. 10.3.If the eligibility requirements or statements, the bids, and all other documents for submission to the BAC are in foreign language other than English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment, post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. Similar to the required authentication above, for Contracting Parties to the Apostille Convention, only the translated documents shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation shall govern, for purposes of interpretation of the bid. 11.Documents comprising the Bid: Financial Component 11.1.The second bid envelope shall contain the financial documents for the Bid as specified in Section VIII (Checklist of Technical and Financial Documents). 11.2.If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification issued by DTI shall be provided by the Bidder in accordance with Section 43.1.3 of the 2016 revised IRR of RA No. 9184. 11.3.Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted. 11.4.For Foreign-funded Procurement, a ceiling may be applied to bid prices provided the conditions are met under Section 31.2 of the 2016 revised IRR of RA No. 9184. 12.Bid Prices 12.1.Prices indicated on the Price Schedule shall be entered separately in the following manner: a.For Goods offered from within the Procuring Entity’s country: i.The price of the Goods quoted EXW (ex-works, ex-factory, ex- warehouse, ex-showroom, or off-the-shelf, as applicable); ii.The cost of all customs duties and sales and other taxes already paid or payable; iii.The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and iv.The price of other (incidental) services, if any, listed in e. b.For Goods offered from abroad: i.Unless otherwise stated in the BDS, the price of the Goods shall be quoted delivered duty paid (DDP) with the place of destination in the Philippines as specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country. ii.The price of other (incidental) services, if any, as listed in Section VII (Technical Specifications). 13.Bid and Payment Currencies 13.1.For Goods that the Bidder will supply from outside the Philippines, the bid prices may be quoted in the local currency or tradeable currency accepted by the BSP at the discretion of the Bidder. However, for purposes of bid evaluation, Bids denominated in foreign currencies, shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening. 13.2.Payment of the contract price shall be made in: a.Philippine Pesos. 14.Bid Security 14.1.The Bidder shall submit a Bid Securing Declaration2 or any form of Bid Security in the amount indicated in the BDS, which shall be not less than the percentage of the ABC in accordance with the schedule in the BDS. 14.2.The Bid and bid security shall be valid until 120 calendar days from date of submission. Any Bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. 15.Sealing and Marking of Bids Each Bidder shall submit one copy of the first and second components of its Bid. The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said request shall not be a ground for disqualification. If the Procuring Entity allows the submission of bids through online submission or any other electronic means, the Bidder shall submit an electronic copy of its Bid, which must be digitally signed. An electronic copy that cannot be opened or is corrupted shall be considered non-responsive and, thus, automatically disqualified. 16.Deadline for Submission of Bids 16.1.The Bidders shall submit on the specified date and time and either at its physical address or through online submission as indicated in paragraph 7 of the IB. 17.Opening and Preliminary Examination of Bids 17.1.The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives who are present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used, attendance of participants shall likewise be recorded by the BAC Secretariat. In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184 shall prevail. 17.2.The preliminary examination of bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184. 2 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of Notice to Execute Framework Agreement. 18.Domestic Preference 18.1.The Procuring Entity will grant a margin of preference for the purpose of comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR of RA No. 9184. 19.Detailed Evaluation and Comparison of Bids 19.1.The Procuring BAC shall immediately conduct a detailed evaluation of all Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider the conditions in the evaluation of Bids under Section 32.2 of the 2016 revised IRR of RA No. 9184. 19.2.If the Project allows partial bids, bidders may submit a proposal on any of the lots or items, and evaluation will be undertaken on a per lot or item basis, as the case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be submitted for each lot or item separately. 19.3.The descriptions of the lots or items shall be indicated in Section VII (Technical Specifications), although the ABCs of these lots or items are indicated in the BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total of the ABCs for all the lots or items participated in by the prospective Bidder. 19.4.The Project shall be awarded as follows: One Project having several items that shall be awarded as one contract. 19.5.Except for bidders submitting a committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation, all Bids must include the NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA No. 9184, which must be sufficient for the total of the ABCs for all the lots or items participated in by the prospective Bidder. For bidders submitting the committed Line of Credit, it must be at least equal to ten percent (10%) of the ABCs for all the lots or items participated in by the prospective Bidder. 20.Post-Qualification 20.1.Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) and other appropriate licenses and permits required by law and stated in the BDS. 21.Signing of the Contract 21.1.The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are indicated in the BDS. Section III. Bid Data Sheet Bid Data Sheet ITB Clause 5.3 For this purpose, contracts similar to the Project shall be: a.REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY b.completed within three (3) years prior to the deadline for the submission and receipt of bids. 7.1 Not Applicable. 12 The price of the Goods shall be quoted DDP Philippines or the applicable International Commercial Terms (INCOTERMS) for this Project. 14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the following forms and amounts: a. The amount of not less than PhP26,626.26, if bid security is in cash, cashier’s /manager’s check, bank draft/guarantee or irrevocable letter of credit ,or b. The amount of not less than PhP66,565.65 if bid security is in Surety Bond. 19.3 The NFCC computation, if applicable, must be sufficient for the lot or contracts to be awarded to the Bidder. REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY Approved Budget for the Contract: Php1,331,313..00 20.2 No other licenses and permits required. For purposes of Post-Qualification, the following document(s) shall be required: 1.Income Tax Returns for year 2023 (BIR Form 1701 or 1702) 2.Latest Value Added Tax Returns (Forms 2550M and 2550Q) or Percentage Tax Returns (Form 2551M). For this requirement, covering the last six (6) months prior to the opening of bids. The income tax and business tax returns stated above should have been filed trough the Electronic Filing and Payment System (EFPS). However, exceptions issued by the BIR are recognized subject to validation and verification. 3.Proof of completion of the single largest contract as identified in the Statement of Single Largest Contract, which shall be copy of any verifiable document(s) such as but not limited to the following: (a) Contract/s or Purchase Order ; (b) corresponding Sales Invoice/s; (c) Official Receipt / Cash Receipt / Collection Receipt; and (d) Certificate of Satisfactory Completion. Unsatisfactory performance, including contract with overdue deliveries of goods by the bidder as of the date of opening of bids may be a ground for disqualification, pursuant to Section 34.3(b)(3) of Rule x – Post Qualification, of the 2016 Revise IRR of RA 9184. N.B Documents submitted during post-qualification as part of post-qualification documents must be certified by the authorized representative to be true copy/ies from the original 21.2 Not Applicable. Section IV. General Conditions of Contract 1.Scope of Contract This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall serve as the secondary source for the terms and conditions of the Contract. This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation of which were issued after the effectivity of the said amendment. Additional requirements for the completion of this Contract shall be provided in the Special Conditions of Contract (SCC). 2.Advance Payment and Terms of Payment 2.1.Advance payment of the contract amount is provided under Annex “D” of the revised 2016 IRR of RA No. 9184. 2.2.The Procuring Entity is allowed to determine the terms of payment on the partial or staggered delivery of the Goods procured, provided such partial payment shall correspond to the value of the goods delivered and accepted in accordance with prevailing accounting and auditing rules and regulations. The terms of payment are indicated in the SCC. 3.Performance Security Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the Procuring Entity but in no case later than prior to the signing of the Contract by both parties, the successful Bidder shall furnish the performance security in any of the forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184 4.Inspection and Tests The Procuring Entity or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Project. In addition to tests in the SCC, Section IV (Technical Specifications) shall specify what inspections and/or tests the Procuring Entity requires, and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes. All reasonable facilities and assistance for the inspection and testing of Goods, including access to drawings and production data, shall be provided by the Supplier to the authorized inspectors at no charge to the Procuring Entity. 5.Warranty 6.1.In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier as provided under Section 62.1 of the 2016 revised IRR of RA No. 9184. 6.2.The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, repair or replace the defective Goods or parts thereof without cost to the Procuring Entity, pursuant to the Generic Procurement Manual. 6.Liability of the Supplier The Supplier’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines. If the Supplier is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring Entity. Section V. Special Conditions of Contract Special Conditions of Contract GCC Clause 1 Delivery and Documents – For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. The Delivery terms of this Contract shall be as follows: “The delivery terms applicable to this Contract are delivered J. Sumulong Street, Barangay San Juan, Morong, Rizal. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.” Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI (Schedule of Requirements). For purposes of this Clause the Procuring Entity’s Representative at the Project Site is ALFDAN LEV G. PERAIRA, School Porperty Custodian. Incidental Services – The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI. Schedule of Requirements: a. performance or supervision of on-site assembly and/or start-up of the supplied Goods; The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services. Spare Parts – The Supplier is required to provide all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier: a. such spare parts as the Procuring Entity may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under this Contract; and b. in the event of termination of production of the spare parts: i. advance notification to the Procuring Entity of the pending termination, in sufficient time to permit the Procuring Entity to procure needed requirements; and ii. following such termination, furnishing at no cost to the Procuring Entity, the blueprints, drawings, and specifications of the spare parts, if requested. The spare parts and other components required are listed in Section VI (Schedule of Requirements) and the cost thereof are included in the contract price. The Supplier shall carry sufficient inventories to assure ex- stock supply of consumable spare parts or components for the Goods for a period of three (3) months. Spare parts or components shall be supplied as promptly as possible, but in any case, within three (3) months of placing the order. Packaging – The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in this Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity. The outer packaging must be clearly marked on at least four (4) sides as follows: Name of the Procuring Entity Name of the Supplier Contract Description Final Destination Gross weight Any special lifting instructions Any special handling instructions Any relevant HAZCHEM classifications A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging. Transportation – Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or DDP, transport of the Goods to the port of destination or such other named place of destination in the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price. Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines, defined as the Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be arranged by the Supplier, and related costs shall be included in the contract price. Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, Goods are to be transported on carriers of Philippine registry. In the event that no carrier of Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure. The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOTERMS for DDP deliveries. In the case of Goods supplied from within the Philippines or supplied by domestic Suppliers risk and title will not be deemed to have passed to the Procuring Entity until their receipt and final acceptance at the final destination. Intellectual Property Rights – The Supplier shall indemnify the Procuring Entity against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof. 2.2 “The terms of payment shall be as follows: FULL PAYMENT UPON COMPLETION.” 4 The inspections and tests that will be conducted are: Submission of sample of materials/pictures of materials. Section VI. Schedule of Requirements 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 REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY PhP 1,331,313687.00 10 working days upon receipt of Purchase Order OTHER CONDITIONS: 1.Supplier’s failure to deliver when due will authorize the Procuring Entity to deduct a penalty equal to one-tenth (1/10) of one percent (1%) of the total amount of the item/s for delivery per day of delay after the required delivery period. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the contract, the DEPARTMENT OF EDUCATION – DIVISION OF RIZAL - MORONG NATIONAL SENIOR HIGH SCHOOL may rescind the contract, without prejudice to other courses of action and remedies open to it. 2.The obligation for the warranty shall be covered by, at the Supplier’s option, either retention money in an amount equivalent to at least ten percent (10%) of the final payment, or a special bank guarantee equivalent to at least ten percent (10%) of the Contract Price. The said amounts shall only be released after the lapse of the warranty period, provided however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met. Section VII. Technical Specifications Technical Specifications Item Specification Statement of Compliance (State if “COMPLY” or “NOT COMPLY” 1 Plyboard 4x8x3/4 Quantity: 200 Pieces 2 Drawer Guide 24 **** Quantity: 40 Pieces 3 Drawer Lock Quantity: 50 Pieces 4 Hinges Quantity: 100 Pieces 5 Kitchen Sink with Faucet Color Black Quantity: 8 Pieces 6 Desktop Sucket Table Outlet with USB Charging Quantity: 50 Pieces 7 Primer Paint (Wood) Quantity: 3 Gallons 8 QDE Quantity: 3 Gallons 9 Paint Thinner Quantity: 4 Gallons 10 Sand Paper (Assorted) Quantity: 50 Pieces 11 Electrical Tape (Big) Quantity: 2 Rolls 12 Common Nails (Assorted) Quantity: 10 Kilos 13 Drawer Handle Quantity: 60 Pieces 14 Metal Double Furring Channel (19mmx50mmx3mx0.5mm) Quantity: 34 Pieces 15 Metal Carrying Channel (12mmx38mmx0.8) Quantity: 19 Pieces 16 Wall Angle 1x1x10 Quantity: 22 Pieces 17 Preformed Wire Clip Quantity: 117 Pieces 18 Steel Angle Quantity: 81 Pieces 19 Rod Suspension Hanger Quantity: 153 Pieces 20 Concrete Nails Quantity: 2 Kilos 21 Blind Rivets Quantity: 10 Boxes 22 Fiber Cement Ceiling Board Exterior Ceiling Quantity: 103 Pieces 23 Metal Double Furring Quantity: 20 Pieces 24 Metal Carrying Channel Quantity: 20 Pieces 25 Wall Angle 1x1x10 Quantity: 10 Pieces 26 Steel Angle Quantity: 36 Pieces 27 Wood Ventilation (25mmx25mmx300mm) Quantity: 4 Pieces 28 Junction Box 4x4 pvc Quantity: 60 Pieces 29 Utility Box 2x4 pvc Quantity: 60 Pieces 30 Round Surface Downlights - E27 4 inches Quantity: 20 Pieces 31 Pendant Light/Hanging 6 Lights Quantity: 20 Pieces 32 3-Gang Switch Wide Series (Set) Quantity: 10 Pieces 33 Panel Box (Flush Type) 6 Branches Quantity: 2 Pieces 34 40 Amperes Circuit Breaker Quantity: 2 Pieces 35 20 Amperes Circuit Breaker Quantity: 6 Pieces 36 15 Amperes Circuit Breaker Quantity: 6 Pieces 37 Electrical Tape Big Quantity: 3 Pieces 38 Aircon Outlet Quantity: 3 Pieces 39 Neutralizer Quantity: 10 Gallons 40 Latex Flat Quantity: 24 Gallons 41 Latex Semi-Gloss Quantity: 24 Gallons 42 Acri-Color Quantity: 6 QRT 43 Enamel Flatwall Quantity: 12 Gallons 44 Enamel Semi-Gloss Quantity: 15 Gallons 45 Paint Thinner Quantity: 6 Gallons 46 Unglazed Floor Tiles 60x60 Quantity: 580 Pieces 47 Tile Adhesive 25kg/Bag Quantity: 81 Bags 48 Tile Grout 5kg/Bag Quantity: 28 Bags 49 Portland Cement Quantity: 80 Bags 50 Washed Sand Quantity: 5 Cubics 51 Gravel Quantity: 2 CU.M 52 Rebar 12mm Quantity: 15 Pieces 53 Tile Wire \ 16 Quantity: 1 Roll 54 Phenolic Board 3/4 Quantity: 3 Pieces 55 Woodscrew 1/2 Quantity: 500 Pieces 56 Wooden Strip 1x1/2 x 10 Quantity: 200 Pieces 57 PVC Pipe Orange 2" Quantity: 15 Pieces 58 PVC Tee Orange 2" Quantity: 10 Pieces 59 PVC Coupling 2" Quantity: 20 Pieces 60 PVC Elbow 2" Quantity: 10 Pieces 61 Solvent/Sealant Quantity: 1 Liter 62 PPR Pipe 3/4" Quantity: 10 Pieces 63 PPR Pipe 1/2" Quantity: 20 Pieces 64 PPR Tee 3/4" Quantity: 10 Pieces 65 PPR Elbow 3/4" Quantity: 10 Pieces 66 PPR Coupling 3/4" Quantity: 20 Pieces 67 PPR Tee 1/2” Quantity: 25 Pieces 68 PPR Elbow 1/2” Quantity: 40 Pieces 69 PPR Coupling 1/2" Quantity: 50 Pieces 70 PPR Elbow with thread Quantity: 50 Pieces 71 Faucet (Metal) Quantity: 20 Pieces 72 Stikwel 1 Liter Quantity: 10 Liters 73 C-Purlins 2x3x1.5 Quantity: 20 Pieces 74 D-Purlins 2x4x1.5 Quantity: 20 Pieces 75 Dimmer Switch Quantity: 5 Pieces 76 Finishing Nail 1 1/2" Quantity: 10 Kilos 77 Finishing Nail 2" Quantity: 10 Kilos 78 Black Screen Quantity: 100 Pieces 79 Plywood (Marine) Quantity: 100 Pieces 80 Steel Matting Quantity: 10 Pieces 81 Electrical (Big) Quantity: 10 Pieces 82 Cable Tie 10 Inches 100pcs Quantity: 5 Packs 83 Flexible Conduit 1/2" Diameter (100m/roll) Quantity: 5 Rolls 84 Floor Outlet (heavy duty metal) Quantity: 10 Pieces 85 Round Stool Quantity: 60 Pieces 86 Glazed Tiles 60x60 Quantity: 20 Pieces 87 Wall Fan with remote Quantity: 6 Pieces 88 Sand Paper \ 100 Quantity: 10 meters 89 FL 2 40 Watts Industrial Type Quantity: 20 Pieces 90 Polituff Quantity: 20 Liters 91 FDAS (4-Zone) Addressable Quantity: 1 Set 92 2 Port Ethernet Wall Outlet with Plate Quantity: 10 Sets 93 Speaker Wire \ 16 Quantity: 1 Roll 94 Flat Cord \ 16 Quantity: 1 Roll 95 Korean Blinds Quantity: 8 Pieces I hereby certify to comply and deliver all the above requirements: Name of Company / Bidder Signature over Printed Name Date of Representative Section VIII. Checklist of Technical and Financial Document Checklist of Technical and Financial Documents I.TECHNICAL COMPONENT ENVELOPE Class “A” Documents Legal Documents □(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages); or □(b) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document, and □(c) Mayor’s or Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; and □(d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR). Technical Documents □(f) 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 □(g) 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 □(h) 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 □(i) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after- sales/parts, if applicable; and □(j) 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 ⬜ (k) The Supplier’s audited financial statements, showing, among others, the Supplier’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission; and ⬜ (l) 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 ⬜ (m) 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. Other documentary requirements under RA No. 9184 (as applicable) ⬜ (n) [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. ⬜ (o) Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity. 25 FINANCIAL COMPONENT ENVELOPE ⬜ (a) Original of duly signed and accomplished Financial Bid Form; and ⬜ (b) Original of duly signed and accomplished Price Schedule(s). Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 Supplies REPAIR, FABRICATION AND INSTALLATION FOR SCIENCE, SMAW AND EIM LABORATORY 1 Lot 1,331,313.00 Pre-bid Conference Date Time Venue 11/07/2024 11:00 AM Morong National Senior High High School - J. Sumulong Street, Barangay San Juan, Morong, Rizal Created by GERARDO V CLEOFE Date Created 02/07/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       MORONG NATIONAL HIGH SCHOOL - MORONG, RIZAL
NAICS
Fiber Power Business All Other Professional Instruments and Related Products Manufacturing for Measuring Paint Computing Infrastructure Providers Fiber Other Direct Insurance (except Life Professional Sand Justice Bolt Specialized Freight (except Used Goods) Trucking Piece Goods Electric Power Transmission Paint Regulation Fiber Ventilation Regulation and Administration of Communications Religious Motorcycle Furniture Financial Transactions Processing Securities Apparel Justice Automatic Environmental Control Manufacturing for Residential Other Professional Aluminum Sheet Veneer Automotive Body Automotive Body Highway Lumber All Other Support Services Hair Office Supplies Construction Pulp Veneer Scenic and Sightseeing Transportation Other Justice Accounting Machinery Regulation Highway Direct Insurance (except Life Commercial Executive Colleges Regulation and Administration of Communications Direct Life Colleges International Accounting Agriculture Corporate Colleges Executive Highway Financial Transactions Processing Paint Photographic Film Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Electroplating Agencies Ventilation Water Piece Goods Construction Professional Lumber Metal Can
CPVS
Dried, salted, smoked or seasoned meat Plywood Plates Hinges Stamps Earthmoving and excavating machinery, and associated parts Cement Restoration work Repair, maintenance and associated services related to aircraft and other equipment Elbows Laboratory, optical and precision equipments (excl. glasses) Collection, transport and disposal of hospital waste Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Dimmers System, storage and content management software package Ties Switches Gravel Port Rivets Marine, aviation and other transport insurance services Clip, suture, ligature supplies Aggregates Parts of locks Stools Sand Wire Control, safety, signalling and light equipment Screens Demolition, site preparation and clearance work Calendars Sections Construction, foundation and surface works for highways, roads Sewerage work Lavatory seats, covers, bowls and cisterns Pipes Speakers Locks, keys and hinges Cable Boards Control, safety or signalling equipment for inland waterways Stationery Repair, maintenance and associated services related to marine and other equipment Thinners Parts of fans Stocks Angles Frames Furniture Point rods Fabrication work Conduit Salt Rolls Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Sales, marketing and business intelligence software package Wells construction work PH meters Couplings Fans Blinds Office, school and office equipment cleaning services Records Meters Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Parts of furniture Bridge Circuit breakers Business services: law, marketing, consulting, recruitment, printing and security Permits Control, safety or signalling equipment for parking facilities Construction work Ships Hinges, mountings and fittings Command, control, communication systems Sales, marketing and business intelligence software development services Supports Foundation work for highways, roads, streets and footpaths Concrete Construction work for highways, roads Control, safety or signalling equipment for port installations Command, control, communication and computer systems Rods Paper, printing and bookbinding machinery and parts System, storage and content management software development services Blueprints Locks Forms Concrete work Lifting, handling, loading or unloading machinery Boxes Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Sheets Repair, maintenance and associated services related to roads and other equipment Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Adhesives Sheeting work Granules, chippings, stone powder, pebbles, gravel, broken and crushed stone, stone mixtures, sand-gr... Other services Panels Cementing work Posts Strip Cable, wire and related products Steel Tables Tiles Drainage works Feasibility study Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Envelopes Grout Control, safety or signalling equipment for roads Nails Display cases Goods used in construction Envelopes, letter cards and plain postcards Furnishing Electrical, electromagnetic and mechanical treatment Repair, maintenance and associated services of vehicles and related equipment Pipeline, piping, pipes, casing, tubing and related items Architectural, construction, engineering and inspection services Tiling work Sole Gravel, sand, crushed stone and aggregates Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manua... Paints Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment New stamps Platinum Cable TV Radio, television, communication, telecommunication and related equipment Irrigation works Electronic, electromechanical and electrotechnical supplies Demolition work Grouting work Designs Wood Manuals Glazing work Railway points Paints, varnishes and mastics Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Tables, cupboards, desk and bookcases Plates, sheets, strip and foil related to construction materials Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Sand Wood Fibers Threads Netting Stationery Bags Angles Channels Plate Rod Post Cement Sinks Warehouse Nails Rivets Couplings Tape Adhesives Ventilation Fans pH meters Q Meters Boards Calendars Stamps Display cases Awards Water Furniture Business cases Storage Statistics Utilities General goods storage Inspection Market research Chambers of Commerce Co financing Corporate states Currency Income tax Sales tax Tax returns Trade agreements Equipment cases Tables Surface Road bridge Plywood Grout Single room Double room Case making services Gravel Cords Packaging case Aggregates Side table High school University Boxes Fluorine-based medical imaging agents, media, and tracers Financial Instruments, Products, Contracts and Agreements Securities Table saw High Frequency Radio Set, Desktop Water, sanitation and hygiene kits Water, sanitation and hygiene kit Very High Frequency Radio Set, Desktop Airport, Fauna Control Services Tent, for office use Water, sanitation and hygiene kits Airport Maps, Networks (GIS), Studies Suction pump, manual Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Chemicals Civil Works Building Environment and Pollution-Recycling Furniture Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Banking-Finance-Insurance Energy Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Transportation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Information Technology-IT Metals and Non-Metals Education and Training Defence and Security Electricity Technology Hardware and Equipment Construction Consultancy Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Paper and Packaging Industry Aviation Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert