Tender Details
Title
AGR-23-1927-B (REBID 2 ) Construction of Rice Mill Phase II at Brgy. Banbanan , Miagao, Iloilo PROVINCE OF ILOILO
Country
Language
English
Organization
Published Date
25.06.2024
Deadline Date
16.07.2024
Overview
AGR-23-1927-B (REBID 2 ) Construction of Rice Mill Phase II at Brgy. Banbanan , Miagao, Iloilo Invitation to Bid (ITB)   Reference Number 10965443   Procuring Entity PROVINCE OF ILOILO   Title AGR-23-1927-B (REBID 2 ) Construction of Rice Mill Phase II at Brgy. Banbanan , Miagao, Iloilo   Area of Delivery Iloilo   Printable Version Solicitation Number: AGR-23-1927-B (REBID 2) Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 3,111,997.00 Contract Duration: 120 Day/s Client Agency: Contact Person: Dennis T. Ventilacion Provincial Legal Officer / BAC Chairperson Bonifacio Drive, Iloilo City Iloilo City Iloilo Philippines 5000 63-33-3373946 63-33-3373946 ipg_bacs@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 25/06/2024 Last Updated / Time 25/06/2024 12:00 AM Closing Date / Time 16/07/2024 1:00 AM Description 1T6676T’ PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Construction of Rice Mill Phase II at Brgy. Banbanan, Miagao, Iloilo Bid No. AGR-23-1927-B (REBID 2) Iloilo Provincial Government Sixth Edition TABLE OF CONTENTS Glossary of Terms, Abbreviations, and Acronyms 4 Section I. Invitation to Bid Error! Bookmark not defined. Section II. Instructions to Bidders 9 1. Scope of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices 10 5. Eligible Bidders 10 6. Origin of Associated Goods 10 7. Subcontracts 10 8. Pre-Bid Conference 11 9. Clarification and Amendment of Bidding Documents 11 10. Documents Comprising the Bid: Eligibility and Technical Components 11 11. Documents Comprising the Bid: Financial Component 11 12. Alternative Bids 12 13. Bid Prices 12 14. Bid and Payment Currencies 12 15. Bid Security 12 16. Sealing and Marking of Bids 12 17. Deadline for Submission of Bids 13 18. Opening and Preliminary Examination of Bids 13 19. Detailed Evaluation and Comparison of Bids 13 20. Post Qualification 14 21. Signing of the Contract 14 Section III. Bid Data Sheet 15 Section IV. General Conditions of Contract 17 1. Scope of Contract 17 2. Sectional Completion of Works 17 3. Possession of Site 17 4. The Contractor’s Obligations 17 5. Performance Security 18 6. Site Investigation Reports 18 7. Warranty 18 8. Liability of the Contractor 18 9. Termination for Other Causes 18 10. Dayworks 19 11. Program of Work 19 12. Instructions, Inspections and Audits 19 13. Advance Payment 19 14. Progress Payments 19 15. Operating and Maintenance Manuals 19 Section V. Special Conditions of Contract 20 Section VI. Specifications 21 Section VII. Drawings 26 Section VIII. Bill of Quantities 28 Section IX. Checklist of Technical and Financial Documents 31 Glossary of Terms, Abbreviations, and Acronyms ABC – Approved Budget for the Contract. ARCC – Allowable Range of Contract Cost. 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. CDA – Cooperative Development Authority. 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]) 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. Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant. CPI – Consumer Price Index. DOLE – Department of Labor and Employment. DTI – Department of Trade and Industry. 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]). 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. 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. PCAB – Philippine Contractors Accreditation Board. 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. UN – United Nations. Republic of the Philippines Iloilo Provincial Government Section I. Invitation to Bid for the Construction of Rice Mill Phase II at Brgy. Banbanan, Miagao, Iloilo Bid No. AGR-23-1927-B (REBID 2) 1. The Iloilo Provincial Government, through the General Fund- Supplemental Budget No. 1 CY 2023 intends to apply the sum of Three Million One Hundred Eleven Thousand Nine Hundred Ninety-Seven Pesos (P3,111,997.00) being the Approved Budget for the Contract (ABC) to payments under the contract for AGR-23-1927-B (REBID 2) for the Construction of Rice Mill Phase II at Brgy. Banbanan, Miagao, Iloilo for the Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The Iloilo Provincial Government now invites bids for the above Procurement Project. Completion of the Works is required One Hundred Twenty (120) Calendar Days. Bidders should have completed 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 non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184. 4. Interested bidders may obtain further information from the Bids and Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines and inspect the Bidding Documents at the address given below from 8:00am to 5:00pm. 5. A complete set of Bidding Documents may be acquired by interested bidders on June 25, 2024 from given address and website/s below 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 (P5,000.00). The Procuring Entity shall allow the bidder to present its proof of payment for the fees in person. 6. The Iloilo Provincial Government will hold a Pre-Bid Conference on July 02, 2024, 9:00 A.M. at Bids and Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, and/or through videoconferencing/webcasting via Zoom Conference which shall be open to prospective bidders. The default meeting ID and Password shall be: Meeting ID: 434 085 1724 // Password: 0922 7. Bids must be duly received by the BAC Secretariat through manual submission at the office address at 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City on or before July 16, 2024, 9:00 A.M. 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 16. 9. Bid opening shall be on July 16, 2024, 9:00 A.M. at Bids and Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity. 10. The Iloilo Provincial Government 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 Implementing Rules and Regulations (IRR) of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders. 11. For further information, please refer to: ATTY. RAEMMAN M. LAGRADA Head, BAC Secretariat 5F New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: ipg_bacs@yahoo.com 12. You may visit the following websites: For downloading of Bidding Documents: www.iloilo.gov.ph June 18, 2024 ATTY. DENNIS T. VENTILACION BAC CHAIRPERSON Section II. Instructions to Bidders 1. Scope of Bid The Procuring Entity, Iloilo Provincial Government invites Bids for the Construction of Rice Mill Phase II at Brgy. Banabanan, Miagao, Iloilo, with Project Identification Number AGR-23-1927-B (REBID 2). The Procurement Project (referred to herein as “Project”) is for the construction of Works, as described in Section VI (Specifications). 2. Funding Information 2.1. The GOP through the source of funding as indicated below for 2023 in the amount of Three Million One Hundred Eleven Thousand Nine Hundred Ninety Seven Pesos (P3,111,997.00) 2.2. The source of funding is: a. General Fund- Supplemental Budget No. 1 CY 2023 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 Manual 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 invitation to bid 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 inspected the site, determined the general characteristics of the contracted Works and the conditions for this Project, such as the location and the nature of the work; (b) climatic conditions; (c) transportation facilities; (c) nature and condition of the terrain, geological conditions at the site communication facilities, requirements, location and availability of construction aggregates and other materials, labor, water, electric power and access roads; and (d) 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, Coercive, and Obstructive Practices The Procuring Entity, as well as the Bidders and Contractors, 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. The Bidder must have an experience of having completed a Single Largest Completed Contract (SLCC) that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current prices using the PSA’s CPI, except under conditions provided for in Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184. A contract is considered to be “similar” to the contract to be bid if it has the major categories of work stated in the BDS. 5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign government/foreign or international financing institution may agree on another track record requirement, as specified in the Bidding Document prepared for this purpose. 5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the 2016 IRR of RA No. 9184. 6. Origin of Associated 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. 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 fifty percent (50%) of the Project. The Procuring Entity has prescribed that: a. Subcontracting is not allowed. 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 at BAC Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City and/or through videoconferencing 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 IX. Checklist of Technical and Financial Documents. 10.2. 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. 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. 10.3. In joint ventures, a special PCAB License, and registration for the type and cost of the contract for this Project, shall be required. Any additional type of Contractor license or permit shall be indicated in the BDS. 10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen) assigned to the contract to be bid, with their complete qualification and experience data shall be provided. These key personnel must meet the required minimum years of experience set in the BDS. 10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership, certification of availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be, must meet the minimum requirements for the contract set in the BDS. 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 IX. Checklist of Technical and Financial Documents. 11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted. 11.3. 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. Alternative Bids Bidders shall submit offers that comply with the requirements of the Bidding Documents, including the basic technical design as indicated in the drawings and specifications. Unless there is a value engineering clause in the BDS, alternative Bids shall not be accepted. 13. Bid Prices All bid prices for the given scope of work in the Project as awarded shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances as determined by the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract Price Escalation guidelines. 14. Bid and Payment Currencies 14.1. 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. 14.2. Payment of the contract price shall be made in: a. Philippine Pesos. 15. Bid Security 15.1. The Bidder shall submit a Bid Securing Declaration 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. 15.2. The Bid and bid security shall be valid until November 13, 2024. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. 16. 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 to the given website 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. 17. Deadline for Submission of Bids 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. 18. Opening and Preliminary Examination of Bids 18.1. 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. 18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184. 19. Detailed Evaluation and Comparison of Bids 19.1. The Procuring Entity’s 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 2016 revised IRR of RA No. 9184. 19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated in the BDS shall be received by the same deadline and opened and evaluated simultaneously so as to determine the Bid or combination of Bids offering the lowest calculated cost to the Procuring Entity. Bid Security as required by ITB Clause 16 shall be submitted for each contract (lot) separately. 19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all the lots participated in by the prospective Bidder. 20. Post Qualification 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 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 ITB Clause 5.2 For this purpose, contracts similar to the Project refer to contracts which have the same major categories of work, which shall be: a) Construction of Rice Mill 7.1 The Procuring Entity has prescribed that Subcontracting is not allowed. 10.3 Special Philippine Contractors Accreditation Board License 10.4 The key personnel must meet the required minimum years of experience set below: Key Personnel General Experience Relevant Experience Project Engineer 1 year 1 year Material Engineer 1 year 1 year Agricultural and Biosystems Engineer 1 year 1 year Health and Safety Officer 1 year 1 year The minimum major equipment requirements are the following: Equipment Capacity Number of Units Welding Machine 1 Generator Set 1 Compactor 1 One Bagger Mixer 1 Concrete Vibrator 1 Bar Cutter 1 12 Alternative bids are not allowed / / The bid security shall be in the form of a Bid Securing Declaration or any of the ff a. The amount of not less than two percent (2%) of ABC, if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit; b. The amount of not less than five percent (5%) of ABC if bid security is in Surety Bond. 19.2 Partial Bid is not allowed 20 No further instructions. 21 The additional contract documents relevant to the Project that are required by the Procuring Entity are: a. Construction Schedule and S-curve; b. Manpower schedule; c. Construction methods; d. Equipment utilization schedule; e. Construction safety and health program approved by the Department of Labor and Employment; and f. PERT/CPM 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. 2. Sectional Completion of Works If sectional completion is specified in the Special Conditions of Contract (SCC), references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date shall apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works). 3. Possession of Site 4.1. The Procuring Entity shall give possession of all or parts of the Site to the Contractor based on the schedule of delivery indicated in the SCC, which corresponds to the execution of the Works. If the Contractor suffers delay or incurs cost from failure on the part of the Procuring Entity to give possession in accordance with the terms of this clause, the Procuring Entity’s Representative shall give the Contractor a Contract Time Extension and certify such sum as fair to cover the cost incurred, which sum shall be paid by Procuring Entity. 4.2. If possession of a portion is not given by the above date, the Procuring Entity will be deemed to have delayed the start of the relevant activities. The resulting adjustments in contract time to address such delay may be addressed through contract extension provided under Annex “E” of the 2016 revised IRR of RA No. 9184. 4. The Contractor’s Obligations The Contractor shall employ the key personnel named in the Schedule of Key Personnel indicating their designation, in accordance with ITB Clause 10.3 and specified in the BDS, to carry out the supervision of the Works. The Procuring Entity will approve any proposed replacement of key personnel only if their relevant qualifications and abilities are equal to or better than those of the personnel listed in the Schedule. 5. Performance Security 5.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than 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. 5.2. The Contractor, by entering into the Contract with the Procuring Entity, acknowledges the right of the Procuring Entity to institute action pursuant to RA No. 3688 against any subcontractor be they an individual, firm, partnership, corporation, or association supplying the Contractor with labor, materials and/or equipment for the performance of this Contract. 6. Site Investigation Reports The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the SCC supplemented by any information obtained by the Contractor. 7. Warranty 7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2 of the 2016 revised IRR, the Procuring Entity shall forfeit its performance security, subject its property(ies) to attachment or garnishment proceedings, and perpetually disqualify it from participating in any public bidding. All payables of the GOP in his favor shall be offset to recover the costs. 7.2. The warranty against Structural Defects/Failures, except that occasioned-on force majeure, shall cover the period from the date of issuance of the Certificate of Final Acceptance by the Procuring Entity. Specific duration of the warranty is found in the SCC. 8. Liability of the Contractor Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines. If the Contractor is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring Entity. 9. Termination for Other Causes Contract termination shall be initiated in case it is determined prima facie by the Procuring Entity that the Contractor has engaged, before, or during the implementation of the contract, in unlawful deeds and behaviors relative to contract acquisition and implementation, such as, but not limited to corrupt, fraudulent, collusive, coercive, and obstructive practices as stated in ITB Clause 4. 10. Dayworks Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Procuring Entity’s Representative has given written instructions in advance for additional work to be paid for in that way. 11. Program of Work 11.1. The Contractor shall submit to the Procuring Entity’s Representative for approval the said Program of Work showing the general methods, arrangements, order, and timing for all the activities in the Works. The submissions of the Program of Work are indicated in the SCC. 11.2. The Contractor shall submit to the Procuring Entity’s Representative for approval an updated Program of Work at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program of Work within this period, the Procuring Entity’s Representative may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program of Work has been submitted. 12. Instructions, Inspections and Audits The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to have them audited by auditors of the GOP or the Procuring Entity, as may be required. 13. Advance Payment The Procuring Entity shall, upon a written request of the Contractor which shall be submitted as a Contract document, make an advance payment to the Contractor in an amount not exceeding fifteen percent (15%) of the total contract price, to be made in lump sum, or at the most two installments according to a schedule specified in the SCC, subject to the requirements in Annex “E” of the 2016 revised IRR of RA No. 9184. 14. Progress Payments The Contractor may submit a request for payment for Work accomplished. Such requests for payment shall be verified and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials and equipment delivered on the site but not completely put in place shall not be included for payment. 15. Operating and Maintenance Manuals 15.1. If required, the Contractor will provide “as built” Drawings and/or operating and maintenance manuals as specified in the SCC. 15.2. If the Contractor does not provide the Drawings and/or manuals by the dates stated above, or they do not receive the Procuring Entity’s Representative’s approval, the Procuring Entity’s Representative may withhold the amount stated in the SCC from payments due to the Contractor. Section V. Special Conditions of Contract GCC Clause 2 As per construction schedule/Contract period 3.1 The PROCURING ENTITY shall give possession of all parts of the Site to the Contractor upon effectivity of the Contracts. 6 No further instructions 7.2 [In case of permanent structures, such as buildings of types 4 and 5 as classified under the National Building Code of the Philippines and other structures made of steel, iron, or concrete which comply with relevant structural codes (e.g., DPWH Standard Specifications), such as, but not limited to, steel/concrete bridges, flyovers, aircraft movement areas, ports, dams, tunnels, filtration and treatment plants, sewerage systems, power plants, transmission and communication towers, railway system, and other similar permanent structures:] Fifteen (15) years. 10 Dayworks are applicable at the rate shown in the Contractor’s original Bid. 11.1 No further Instructions 11.2 No further Instructions 13 The amount of the advance shall not exceed 15% of the total contract price. 14 Materials and equipment delivered on the site but not completely put in place shall NOT be included for payment. 15.1 The date by which operating and maintenance manuals are required shall be at least 5 days before the testing and commissioning. The date by which “as built” drawings are required shall be at least 10 days prior to the final billing. 15.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is 1% of the final contract amount. Section VI. Specifications GENERAL REQUIREMENTS All works to be done shall be with first class workmanship and shall conform to the Plans and Specifications. All materials to be used shall be of good quality and properly inspected by the Authorized Representative or the Engineer In-Charge. The Provincial Agriculturist is reserved the right to rescind, terminate, suspend the contract if he deems necessary and to the best interest of the government. The Contractor shall be liable for all damages that will occur during the construction of the project. SCOPE OF WORKS The works include furnishing of labor, materials, tools, equipment and other incidentals necessary to complete the project such as Excavation, Backfilling, Embankment, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door and Windows with complete accessories, Plumbing Works, Electrical Works, Painting Works, and Installation of Rice Mill Machine. GENERAL CONDITION a. The works to be done herein shall be the Construction of Rice Mill Phase II as of approved and of quality materials completed as per plans, details and specifications. Supervision of the work shall be done under the responsibility of the Project Engineer with the help of the Construction Foreman. b. All materials employed and to be used in the construction shall be brand new, unless otherwise or as directed and approved by the Project Engineer. c. Skilled workmen and workmanship subject to Project Engineer’s approval shall perform methods of the construction in the most acceptable manner. d. The drawings referred to in the specifications including supplementary one, to be furnished as the work progress are intended to cooperate with the specification and to form part hereof. Where figures are given, they are to be followed in performance to measurement by scale. e. The assigned Engineer or construction foreman shall lay – out the building in accordance with the drawings and directions on plans as he shall not only responsible but liable for any failure to comply in this respect with the said drawings, specifications and directions for its due and accurate location on the lot. PROJECT SIGN BOARD / BILLBOARD The Contractor shall ensure that the project site is identified with information billboard which shall be erected at the beginning and ending of the proposed project. The layout of the billboard shall accord to the specifications pursuant to the Commission on Audit (COA) Circular No. 2013-004 issued on January 30, 2013. COA BILLBOARD PAO BILLBOARD The billboard’s specifications shall conform to the following requirements: a. Tarpaulin, white, 8ft x 8ft (COA) and 4ft x 8ft (PAO): b. Resolution: 70 dpi; c. Font: Helvetica; d. Font Size: Main Information – 3”; e. Sub-information – 1”; f. Font Color: Black; g. Suitable Frame: Rigid wood or steel frame with post; and, h. Posting: Outside display at the project location after award has been made. MEASUREMENT The supply and erection of Project Billboard shall be in accordance with provisions of this specification. Basis of Payment No Additional Payment shall be made in this regard. Excavation Foundation trench shall be dug to the exact width and depth and levels as indicated in the drawings. Sides of the trenches shall be vertical. In case soil does not permit vertical sides, the Contractor shall protect the sides with timber shoring. Excavated earth shall not be placed within 1.5 meter of the edge of the trench. No excavation or foundation work shall be filled in or covered up before the inspection and approval of the Project Engineer. Backfill, Embankment and Gravel Bedding Use earth or sand free from waste and objectionable materials. Place backfill and embank in uniform horizontal layer not more 150mm thick at a time, puddle and tamper each layer as required to make firm adequate compaction. Fill bottom of excavation for structured foundation with at least 100mm THK gravel before placing reinforcing steel bars and pouring concrete. Concrete, Masonry and Plastering Works a. General: All concrete works to be done herein shall be in accordance with ACI requirement and/ or Standard Specifications as adopted by the government. b. Cement shall be Portland Cement (Type1) with 40 kgs/bag. c. Fine aggregates shall be clean hold river sand, free from injurious amount of clay, loam and vegetable matter. d. Coarse aggregates shall be river run gravel or broken stones. The maximum size shall be 1/5 of the nearest dimensions between side forms of the concrete members or ¾ the maximum clear spacing between reinforcing bars. e. Reinforcing Bars: Reinforcing bars shall be intermediate grade and deformed and shall have minimum yield strength of 275 MPa (40,000 psi) f. The wires shall be locally produced G.I. wire gauge no. 16. g. Placing reinforcement Provide bars, wire fabrics, wire ties, supports and other devices necessary to install and secure reinforcement. Reinforcement shall not contain rust, scale oil, grease clay and foreign substances that would reduce the bond. Rusting of reinforcement is a basis of rejection if the effective cross sectional area of the normal weight per foot of the reinforcement has been reduced to less than specified in paragraph entitled “Reinforcing Bars”. Remove loose rust prior to placing of steel. Splices shall be approved prior to use. Do not splice at points of maximum stress. Overlapped welded wire fabric the spacing of the cross wires, plus 50 mm (2 inches). h. Concrete Hollow Blocks: 1. For walls and partitions, use CHB or its equivalent. 2. Minimum comprehensive strength shall be 700 psi. i. All concrete cured for least seven (7) days to twenty-eight (28) days if possible after placement to attain the required strength of concrete. j. Removal of forms: Forms shall be removed in such a manner as not to impair the safety and serviceability of the structures. k. Mixture for Plastering: Thickness of Plaster shall be 16mm thick. A mixture of washed sand and Portland cement. Roof & Roof Framing a. All roofing must be 0.5mm pre-painted rib-type long span with compatible ridge roll, gutter and fascia. b. All trusses and rafter shall be ¼” thick x 2” x 2” angle bars for top and bottom chord and all web members. c. For girt use ¼” thick x 2” x 2” angle bar for top and bottom chord and all web members. d. For fascia frame use 3/16” thick x 2” x 2” angle bar. e. Use 2” x 6” light gauge c-purlins. f. Fasten framing members together by welding or by using bolts. Welding shall conform to AWS D1.3 welding procedure. g. All metal surfaces must be metal primer red oxide painted. Ceiling Works All materials shall be of kind and size specified on plans. Interior and Exterior Ceiling will use 4” spandrel ceiling with a carrying channel, metal furring and wall angle for corner as main frame. Use blind rivets to fix the spandrel to the main frame. Tile works Tiles should be installed in office and comfort room using a 0.60mx0.60m granite tile. Shall have tile trim at the edges and provide tile grout between tiles. It should be done by a tile setter to ensure quality workmanship. Doors and Windows with Complete Accessories Use wooden panel door 0.80m x 2.10m dimension with complete accessories at office area and PVC door 0.70m x 2.10m dimension with complete accessories at comfort room. Use chain operated roll-up door with 3.20m x 3m dimension. Windows are concrete louver with 0.15m x 0.15m dimension, analoc sliding glass window with 1.20m x 1.20m dimension, clear fixed glass window with 1.20m x 1.20m dimension, and analoc awning glass window with 0.40m x 0.40m dimension that should be install in comfort room. Electrical Works The electrical installation shall be done in accordance with the approved plans and under the direct supervision and control of a Professional Electrical Engineer and or Registered Electrical Engineer. All electrical works and materials shall conform to the provisions of the latest edition of the Philippine National Electrical Code. The type of electrical services to be supplied to the building shall be 240V, AC single phase or three phase. There shall only one service to be dropped from the nearest or local electrical company pole for the proposed building. See attached plans for specifications. Plumbing Works All works shall be done in accordance with the provisions of the latest edition of the Plumbing Code and Local Ordinance. All works shall be done under the direct supervision of a duly Licensed Master Plumber. See attached plans for specifications. a. Use 1-roll 1-1/2” HDPE Pipe for connection from water source to the building for the operation of comfort room and rice mill machine. b. Use 2" G.I Pipe schedule 40 for connection from engine of the rice mill to the concrete tank. Painting Works I. Complete painting covers all concrete and other interior parts except otherwise specified. II. Apply three (3) coats as paint follows: 1st coat = Sealer 2nd coat = Primer 3rd coat = Color selected and approved (2 coats) III. Paint shall be thoroughly dry before applying the succeeding coat no exterior painting shall be done with the surface to be applied is damp or during rainy weather IV. Proper works at all times by suitable materials as work progress, upon completion of work, remove all paints stains and varnish spots from floors and other surfaces, leave work clean and in acceptable condition. Rice Milling Machine Supply and Installation of Rice Milling Machine 1. Rice Milling Machine: Brand New Single Pass Rice Mill Size: 6x8 inches rubber huller With Conveyor With complete with fittings and accessories Shall provide set of manufacturer’s standard tools required for maintenance With Operator’s Manual 2. Engine: Brand New 23 Hp (Minimum) Fuel: Diesel Water Cooled Brand of engine must be available 35 years in the Philippines Market Shall provide set of manufacturer’s standard tools required for maintenance 3. The winning bidder will conduct test run of Rice Mill 4. Warranty period: 1 year from the date of acceptance by the end-user/recipient/beneficiary 5. A training on the proper operation shall be provided by the supplier to the operator of the end-user/recipient/beneficiary 6. The winning bidder should have a service center with available spare parts and technician within Iloilo City of Province of Iloilo. 6. The winning bidder should have a service center with available spare parts and technician within Iloilo City or Province of Iloilo. 7. Supply Agreement between the Bidder and the duly licensed supplier of Rice Mill with the following: a. Items offered should have a valid Agricultural Machinery Testing and evaluation Center (AMTEC) Test Result for coupled and individual engines. b. Should have a Technical Specification on bidding documents shall be prepared, signed, and sealed by an Agricultural and Biosystem Engineer. c. Should have a Permit to Operate issued by the Department of Agriculture (DA) Bureau of Agricultural and Fisheries Engineering (BAFE) with the list of Machinery. d. Winning bidder should have a Certificate of Accreditation issued by the Department of agriculture Philippine Council for Agriculture and Fisheries (DA-PCAF) and the National Agriculture and Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors and Dealers Accreditation and Classification (NAMDAC) Board. e. Engine must have a Certificate of Conformity issued by the Department of Agriculture (DA)- Bureau of Agricultural and Fisheries Engineering (BAFE). Section VII. Drawings Annex A – Architectural Design Annex B – Project Billboard Plan Section VIII. Bill of Quantities Bid No. AGR- 23-1927-B (REBID 2) Item Description Quantity Unit Unit Cost Total Cost No. I. Excavation Works 9.81 cu.m. Pesos and ctvs. (P ) / cu.m P II. Structural Backfilling 2.71 cu.m. Pesos and ctvs. (P ) / cu.m P III. Embankment (Spreading and compacting) 127.00 cu.m. Pesos And ctvs. (P ) / cu.m P IV. Concrete Works a. Concreting 42.09 cu.m Pesos And ctvs. (P ) / cu.m P b. Steel Works 1,705.80 kg Pesos and ctvs. (P ) / kg P c. Form Works 181.13 sq.m. Pesos and ctvs. (P ) / sq.m. P d. Gravel Bedding 12.00 cu.m. Pesos and ctvs. (P ) / cu.m. P V. Masonry Works (Includes Septic Tank) 223.79 sq.m. Pesos and ctvs. (P ) / sq.m P VI. Plastering Works 699.85 sq.m Pesos and ctvs. (P ) / sq.m P VII Roofing Works 145.61 sq.m. Pesos and ctvs. (P ) / sq.m P VIII. Ceiling Works 24.85 sq.m. Pesos and ctvs. (P ) / sq.m P IX. Tile works 19.92 sq.m. Pesos And ctvs. (P ) / sq.m P X. Door and Windows with complete accessories 1.00 L.s Pesos And ctvs. (P ) / L.s P XI. Plumbing Works 1.00 L.s Pesos And ctvs. (P ) / L.s P XII. Electrical Works 1.00 L.s Pesos And ctvs. ) / L.s P XIII. Painting Works 466.86 sq.m. Pesos And ctvs. (P ) / sq.m P XIV. Installation of Rice Milling Machine 1.00 L.s Pesos And ctvs. (P ) / L.s P Total Bid Cost in Figures P Total Bid Cost in Words SUMMARY OF COSTS ITEM NO. BID AMOUNT I. Excavation Works ₽________________________________ II. Structural Backfilling ₽________________________________ III. Embankment (Spreading and compacting) ₽________________________________ IV. Concrete Works a. Concreting ₽________________________________ b. Steel Works ₽________________________________ c. Form Works ₽________________________________ d. Gravel Bedding ₽________________________________ V. Masonry Works (Includes Septic Tank) ₽________________________________ VI. Plastering Works ₽________________________________ VII. Roofing Works ₽________________________________ VIII. Ceiling Works ₽________________________________ IX. Tile works ₽________________________________ X. Door and Windows with complete accessories ₽________________________________ XI. Plumbing Works ₽________________________________ XII. Electrical Works ₽________________________________ XIII. Painting Works ₽________________________________ XIV. Installation of Rice Milling Machine ₽________________________________ TOTAL BID AMOUNT ₽________________________________ ] Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 construction project Construction of Rice Mill Phase II at Brgy. Banbanan , Miagao, Iloilo 1 Lot 3,111,997.00 Pre-bid Conference Date Time Venue 02/07/2024 9:00 AM Bids and Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, and/or through via Zoom Conference : Meeting ID: 434 085 1724 // Password: 0922 Other Information List of All Ongoing Government & Private Construction Contracts including contracts awarded but not yet started Business Name : Business Address : Name of Contract Owner’s Name Contractors Date Awarded % Outstanding Location Address Nature of Work Role Date Started Accomplished Value of Project Cost Tel. No. Description % Date of Completion Actual Planned Works Government Private NOTE : This Statement shall be supported with: Total Cost 1. Notice of Award and/or Contract 2. Notice to Proceed issued by the Owner Submitted by : ______________________________________ (Print Name and Signature) Designation : ______________________________________ Date : ______________________________________ List of All Completed Government & Private Construction Contracts which are similar in nature including Single Largest Completed Contract Business Name : Business Address : Name of Contract Owner’s Name Contractors Role Amount at Award Date Awarded Location Address Nature of Work Amt. at Completion Contract Effectivity Project Cost Tel. No. Description % Duration Date Completed Government Private NOTE : This Statement shall be supported with: 1. Contract 2. Certificate of Completion and/or Certificate of Acceptance 3. CPES Rating Sheet if Available Submitted by : ______________________________________ (Print Name and Signature) Designation : ______________________________________ Date : ______________________________________ Qualification of Key Personnel Proposed to be Assigned to the Contract Business Name : ___________________________________________ Business Address : ___________________________________________ Required Personnel Positions (i.e. Project Engineer, Materials, Engineer, etc.) 1. Name 2. Address 3. Date of Birth 4. Employed Since 5. Experience 6. Previous Employment 7. Education 8. PRC License Submitted by : ______________________________________ (Print Name and Signature) Designation : ______________________________________ Date : ______________________________________ List of Equipment, Owned or Leased and/or under Purchase Agreements, Pledged to the Proposed Contract Business Name : ___________________________________________ Business Address : ___________________________________________ Description Model/Year Capacity/ Plate No. Motor No./ Location Proof of Ownership/ Performance/Size Body No. Lessor or Vendor A. Owned i. ii. iii. iv. B. Leased i. ii. iii. iv. C. Under Purchase Agreement i. ii. iii. iv. Submitted by : ______________________________________ (Print Name and Signature) Designation : ______________________________________ Date : ______________________________________ Created by Dennis T. Ventilacion Date Created 19/06/2024 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.       PROVINCE OF ILOILO
NAICS
Soil Preparation Power Business All Other Professional Instruments and Related Products Manufacturing for Measuring Paint Asphalt Paving Computing Infrastructure Providers Other Direct Insurance (except Life Professional Sand Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Paint Regulation Other Foundation Brick Other Foundation Roofing Regulation and Administration of Communications Religious Furniture Financial Transactions Processing Securities Plumbing Brick Justice Other Professional Aluminum Sheet Automotive Body Automotive Body Automotive Parts All Other Support Services Office Supplies Construction Architectural Scenic and Sightseeing Transportation Other Justice Machinery Regulation Direct Insurance (except Life Investigation Executive Military Armored Vehicle Roofing Regulation and Administration of Communications Direct Life Engine International Agriculture Showcase Plumbing Executive Rice Milling Financial Transactions Processing Paint Foundation Research and Development in the Physical Cyclic Crude Kaolin Photographic Film Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Dry Electroplating Agencies Engine Research and Development in the Physical Water Construction Professional Boiler Metal Can Funds
CPVS
Dried, salted, smoked or seasoned meat Welding Furs Transmission, cam- and crank- shafts Tools Plates Petroleum products, fuel, electricity and other sources of energy Parts of structures Glass Excavating work Earthmoving and excavating machinery, and associated parts Plasters Tanks Cement Iron, lead, zinc, tin and copper Timber Restoration work Repair, maintenance and associated services related to aircraft and other equipment Foundation work Tanks, reservoirs, containers and pressure vessels Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Ties Plants Other electrical installation work Embankment works Gravel Awnings Port Rivets Aggregates Mains Sand Generators Wire Bolts Electrical installation work Parts of agricultural machinery Control, safety, signalling and light equipment Architectural, engineering and planning services Demolition, site preparation and clearance work Rice Calendars Varnishes Sections Construction, foundation and surface works for highways, roads Sewerage work Oil, petrol and air-intake filters Lavatory seats, covers, bowls and cisterns Iron Pipes Engineering, auxiliary, average, loss, actuarial and salvage insurance services Boards Control, safety or signalling equipment for inland waterways Stationery Tarpaulins, sails for boats, sailboards or land craft, awnings, sunblinds, tents and camping goods Wheels, parts and accessories Repair, maintenance and associated services related to marine and other equipment Plastering work Coats Angles Frames Furniture Vegetables Painting work Architectural, engineering and surveying services Tarpaulins Parts for aircraft, spacecraft and helicopters Rolls Structural works Roof Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Wells construction work Towers, lattice masts, derricks and pylons PH meters Training, workout or aerobic services Tanks, reservoirs and containers; central-heating radiators and boilers Agricultural, farming, fishing, forestry and related products Blinds Office, school and office equipment cleaning services Records Meters Tunnelling works Fuels Guttering work Feasibility study, advisory service, analysis Safety cases Parts of furniture Bridge Seals Business services: law, marketing, consulting, recruitment, printing and security Permits Control, safety or signalling equipment for parking facilities Masonry work Construction work for engineering works except bridges, tunnels, shafts and subways Construction work Blocks Machinery for cleaning, filling, packing or wrapping bottles or other containers Command, control, communication systems Fittings Supports Agricultural, forestry, horticultural, aquacultural and apicultural services Structures and parts Foundation work for highways, roads, streets and footpaths Concrete Construction work for highways, roads Control, safety or signalling equipment for port installations Agricultural machinery Dry goods Command, control, communication and computer systems Clay Conveyors Milling machines Geological, geophysical and other scientific prospecting services System, storage and content management software development services Forms Towers Parts of chain Chain Motors Concrete work Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Doors Sheets Repair, maintenance and associated services related to roads and other equipment Windows Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Sheeting work Parts of conveyors Engine parts Granules, chippings, stone powder, pebbles, gravel, broken and crushed stone, stone mixtures, sand-gr... Engines Other services Panels Cementing work Posts Soil Steel Tables Bars Tiles Drainage works Feasibility study Seats, chairs and related products, and associated parts Keys Envelopes Grout Control, safety or signalling equipment for roads Display cases Oxides, peroxides and hydroxides Approval plans, working drawings and specifications 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 Windows, doors and related items Granite Pipeline, piping, pipes, casing, tubing and related items Scales Architectural, construction, engineering and inspection services Tiling work Poles Cereals, potatoes, vegetables, fruits and nuts Gravel, sand, crushed stone and aggregates Paints Tarpaulins, awnings and sunblinds Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Vegetables, fruits and nuts Radio, television, communication, telecommunication and related equipment Irrigation works Parts for aircraft Electronic, electromechanical and electrotechnical supplies Demolition work Grouting work Designs Wood Tool parts Dental cryosurgical, gauges, elevators and excavators Manuals Railway points Paints, varnishes and mastics Parts of fuel, hand and concrete pumps Partitions 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 Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Soil Stone Granite Sand Clays Wood Netting Stationery Fuels Tampers Compactors Tanks Aircraft Engines Power plants Angles Channels Plate Post Cement Plasters Blocks Ceiling materials Doors Windows Clean room Chains Bolts Rivets pH meters Q Meters Scales Boards Calendars Septic tanks Display cases Awards Tarpaulins Water Furniture Business cases Billboards Statistics Agriculture, forestry and garden handtools Inspection Well engineering Co financing Year end audits Painting Bars Health programs Employment Currency Tax returns Trade agreements Movements Machine made parts Equipment cases Partitions Tables Uniforms Greases Surface Go or no go gauge Dam Road bridge Bookmarks Grout Single room Case making services Mixtures Gravel Felt fabrics Side pole Seals Access roads Aggregates Wire gauge Side table High school Combination H Fluorine-based medical imaging agents, media, and tracers Securities Fisheries engineering Table saw Aircraft, Single Engine Work uniforms Water, sanitation and hygiene kits Water, sanitation and hygiene kit Direction Finding Equipment, Accessories 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 Humanitarian Relief Items, Kits, or Accessories Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Aircraft, Flight Inspection (Fully Equipped) Aircraft, Jet Widebody Clinical laboratory and toxicology testing systems, components, and supplies Aircraft, Twin Engine
Regions
APEC Countries Asia
Sectors
Civil Works Building Environment and Pollution-Recycling Furniture Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Architecture Bridges and Tunnels Engineering 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 Plastic and Rubber Education and Training Machinery and Equipments-M&E Defence and Security Electricity Infrastructure and Tunnels Technology Hardware and Equipment Construction Agriculture-Food and Beverages Consultancy Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Industry Laboratory Equipment and Services Aviation Power Plant 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