Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Филиппин


Mindanao Transport Connectivity Improvement Project (Филиппины - Тендер #68046026)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Филиппины (другие тендеры и закупки Филиппины)
Организатор тендера: The World Bank
Номер конкурса: 68046026
Дата публикации: 27-10-2025
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
NOTICE AT-A-GLANCE
  • Project ID

P177017

  • Project Title

Mindanao Transport Connectivity Improvement Project

  • Country

Philippines

  • Notice No

OP00404195

  • Notice Type

Request for Expression of Interest

  • Notice Status

Published

  • Borrower Bid Reference

C2-CS-01

  • Procurement Method

Quality And Cost-Based Selection

  • Language of Notice

English

  • Submission Deadline Date/Time

Nov 13, 2025 09:00

  • Published Date

Oct 26, 2025

  • CONTACT INFORMATION
  • Organization/Department

Roads Management Cluster II (Multilateral) - Department of Public Works and Highways

  • Name

Baguio Olivia M

  • Address

DPWH-NCR Compound, 2nd Street, Brgy 649, Port Area, Manila, 1018, Metro Manila

  • City
  • Province/State

Philippines

  • Postal Code
  • Country

Philippines

  • Phone

+639958445727

  • Email

baguiolivia@yahoo.com.ph

  • Website
Details

REQUEST FOR EXPRESSIONS OF INTEREST

Consulting Services for the Detailed Engineering Design of Mindanao Transport Connectivity Improvement Project

Under IBRD Loan No. 9775-PH

Country: Philippines

Name of Project: Mindanao Transport Connectivity Improvement Project

Loan No. IBRD Loan No. 9775-PH

Assignment Title: Contract ID No. 25CSZ004, Consulting Services for the Detailed Engineering Design of Mindanao Transport Connectivity Improvement Project

Reference No. C2-CS-01

1. The Republic of the Philippines has received financing from the World Bank toward the cost of the Mindanao Transport Connectivity Improvement Project, and intends to apply part of the proceeds for consulting services for the Detailed Engineering Design of the Mindanao Transport Connectivity Improvement Project.

2. The consulting services (“the Services”) being procured via this REOI includes the following summary of the key responsibilities expected under these Services:

  • Collect Design Data through field surveys and investigations which shall include, but not limited to, geohazard assessment, geological and geotechnical investigation, hydraulic/hydrological and other relevant engineering surveys, including data that supports long-term performance-based maintenance under LTPBM/OPRC;
  • Assess possible geological, geotechnical and climate hazards and recommend structural and non-structural measures that align with LTPBM/OPRC service-level requirements, to reduce the effects of these hazards;
  • Undertake Preliminary and Detailed Engineering Design (DED) which includes, but is not limited to, design of highway geometry, pavement, road safety, and drainage and slope protection structures, analysis of hydraulic/hydrologic and slope stability analyses, vulnerability to flooding & landslides, quantity calculations, supplemental Technical Specifications (if any), ensuring compliance with LTPBM/OPRC standards for long-term road performance;
  • Prepare requirements for procurement of civil works contractors which include, but not limited to, contract packaging options, Bills of Quantities (BOQ), Detailed Unit Price Analysis (DUPA), Cost Estimates and Bidding Documents in accordance with DPWH Policies[CP1] and World Bank procurement regulations, including LTPBM/OPRC-specific bidding and contract management provisions;
  • Develop a performance-based maintenance framework under LTPBM/OPRC, defining key service levels, monitoring mechanisms, and contractor obligations ensuring road usability, safety, and structural integrity throughout the contract period; and
  • Conduct of special site-specific studies, which include, but not limited to, Parcellary Survey, preparation of the Resettlement Plans, Indigenous Peoples Plan, Labor Management Procedures, Environmental and Social Impact Assessment (ESIA) Report, Environmental & Social Management Plan (ESMP), Environmental Management & Monitoring Plan (EMMP), Stakeholders Engagement Plan (SEP)and other relevant ESF documents, with considerations for LTPBM/OPRC-based environmental and social safeguards, and WBG Environmental and Social Framework (ESF) and Environmental, Health and Safety Guidelines (EHSG), over the contract lifecycle. Ensure E&S specifications are included in the procurement documents.

The Terms of Reference (TOR) can be accessed through the link below:

http://tiny.cc/MTCIP-DEDTOR

The type of Contract will be Lump-Sum and the Contract Duration will be 22 months.

3. The Department of Public Works and Highways (DPWH) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are summarized below:

  • Must have completed minimum of two (2) similar consultancy services contracts (within the last twenty (20) years, from September 2005 to EOI submission deadline) involving ONLY Detailed Engineering Design (DED) of Roads and Bridges projects. In case of Joint Venture, each JV member must have experience in minimum 1 similar contract, while JV will collectively meet the above requirement of minimum 2 similar contracts. Having Consulting Services contract/project situated in Southeast Asia is an advantage.
  • ONLY consulting services contracts of the Main Consultant/JV Member for which they were legally contracted as a Main Consultant/JV Member shall be considered.
  • The Firm should have been in business for at least the last ten (10) years. In case of Joint Venture, this requirement is applicable to each JV Member.
  • The Firm must have ISO 9001:2015 (Quality Management System) Certification, preferably with ISO 14001:2015 (Environmental Management System) Certification. In case of Joint Venture, ONLY the ISO Certification of the LEAD partner shall be considered.
  • Financial Capability: The Firm must demonstrate the soundness of its financial status (not in bankruptcy of financial difficult situation). The Firm shall submit audited financial statements or, if not required by the law of the Firm’s country, other financial statements acceptable to the Department of Public Works and Highways, for the last three (3) years (2022, 2023, 2024), demonstrating the current soundness of the Firm’s financial position. As a minimum, the Firm’s net worth for the year 2024 calculated as the difference between total assets and total liabilities should be positive. In case of Joint Venture, this requirement is applicable to each JV member. Only firms passing the mandatory requirements will be rated to determine the ranking, as appropriate, to come up with the required number of shortlisted firms.
  • Sub-Consultant/s’ experience shall NOT be considered.
  • The Firm shall provide the Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate, in sufficient detail to verify the contract name, value and completion time. If the document is other than in English, an accurate certified translation of these documents in English shall be provided.
  • Key Experts will not be evaluated at the shortlisting stage.

4. Guidance on the contents of EOI (Please see the Annex A)

5. The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16 and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers, dated September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

6. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

7. A Consultant will be selected in accordance with Quality and Cost-Based Selection method (QCBS) set out in the above-named Procurement Regulations.

8. Further information can be obtained at the address below during office hours, 7:00 A.M. to 4:00 P.M. (Philippine Time).

MEDMIER G. MALIG

Assistant Secretary

For Technical Services and Operations for External Convergence Projects

Chairperson, BAC for Consulting Services

Bonifacio Drive, Port Area, Manila

Tel. No. (+632) 5304-3528

Email: malig.medmier@dpwh.gov.ph

or

MA. VICTORIA S. GREGORIO

Director, Procurement Service

DPWH Central Office

Bonifacio Drive, Port Area, Manila

Tel. No. (+632) 5304-3259

Email: gregorio.ma_victoria@dpwh.gov.ph

The BAC-CS would endeavor to provide expeditiously the additional information requested but any delay in providing you with such additional information will not be considered as a reason for extending the deadline for submission of EOI.

9. Expression of Interest must be delivered in a written form and received to the address below (in person, or by email) by November 13, 2025, at 09:00AM (Philippine Time).

Department of Public Works and Highways

Bids and Awards Committee for Consulting Services

Attention:

MEDMIER G. MALIG

Assistant Secretary

For Technical Services and Operations for External Convergence Projects

Chairperson, Bids and Awards Committee for Consulting Services (BAC-CS)

5th floor, Room 502, Bonifacio Drive, Port Area, Manila 1018

Tel No. +632-5304-3023 / +632-5304-3266

Email: malig.medmier@dpwh.gov.ph

MEDMIER G. MALIG

Assistant Secretary

for Technical Services and Operations for External Convergence Projects

Chairperson, Bids and Awards Committee for Consulting Services (BAC-CS)

S.O. No. 174, s. 2025

Date Signed:­­___________________

ANNEX A – Guidance on the contents of EOI

4.1 EOIs to be submitted in one (1) original hard copy, and one (1) PDF electronic copy in flash drive (note: original hard copy shall prevail in the evaluation) within the stated deadline and address as specified in the main text of REOI. An EOI for this consultancy assignment must be submitted in a separate sealed envelope marked (outside of the envelope):

“EOI for Consulting Services for the Detailed Engineering Design of Mindanao Transport Connectivity Improvement Project under IBRD Loan No. 9775-PH;

Submission Date: ____________ (DD/MM/YYYY);


Submitted By: ______________ (Name of Firm)

(specify whether ‘ORIGINAL’ or ‘COPY No. 1’)”

4.2 EOIs should have a maximum of 50 pages only (excluding supporting documents). EOI format:

  • Font Style: Verdana
  • Minimum Font Size: 10
  • Single Line Spacing
  • Paper Size: A4
  • Put pagination in the lower right corner of the paper
  • All pages must be signed by Authorized Representative

4.3 Each EOI needs to include the following:

4.3.1 A cover letter expressing interest in the services and briefly stating which contract is being applied for. (should be maximum 3 pages)

4.3.2 Firm’s overall profile (should be maximum 20 pages). Should include the following but not limited to Organizational Structure, Overall Organizational Structure, Information on Manpower with technical and professional competence necessary for successful implementation of the Assignment, and the information below:

Consultant

Name

Acronym

Country of

Incorporation

Role

[Sole Firm / Lead

JV Partner/JV Partner/

Sub-Consultant]

Contact Details

of the Firm

[Tel. No., Email,

Fax No.]

Year of Business

Establishment,

Key business

fields

4.3.3 Firm’s Director or Manager or Equivalent Position: authorization letter/letter of appointment

4.3.4 Experience of the Firm in tabular form below, applied to Similar Experience, and Geographical Competence Experience. List the largest value and most relevant projects to this assignment first. Minimum Details should include the following but not limited to (should be maximum 30 pages):

Project Reference No. XX

Experience of:

(Insert Name of Consulting Firm)

Contract/Project/Assignment Title and Number:

(Insert complete contract name/title/number)

Country of Assignment/Name of project site

Contract Cost

(Insert Currency and Amount)

Contract Cost % Share / Amount Paid to your Firm

(Insert % of share in the Consulting Services Contract or Amount Paid to your Firm. ONLY amount paid to the Firm shall be considered)

Contract Signing Date

(DD/MM/YYYY)

Contract Duration

(Insert Months)

Start Date

(DD/MM/YYYY)

Completion Date

(DD/MM/YYYY)

Client / Employer

(Insert Name, Contact Information, Full Address)

Funding Source

Role in the Project/Assignment

(Specify whether Sole Firm / Lead JV Partner/ JV Partner/ Sub-Consultant)

Brief Description

(Insert brief description of consultant’s role/involvement/tasks in the assignment, number of man-months, project description, output/deliverable, etc.)

4.3.5 Appendix/Attachments (will not be part of the page limit):

  • Certificate of Incorporation of the Firm
  • Certificate of Incorporation of the JV member (for each member)
  • Letter of Association
  • Documentary evidence showing year of business establishment, business fields
  • ISO Certifications
  • Audited Financial Report for the last three years (2022, 2023, 2024)
  • Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate of the Single Largest Consulting Services Contract

---------------------------------------------------(Nothing Follows)---------------------------------------------------

[CP1]And World Bank procurement regulations

[WB2]Suggest to delete. The above description scope is sufficient and the TOR will provide the full information

[WB3]Consider adding a link to the Annex A

[JPP4]We have included the Annex A in the same file.

REQUEST FOR EXPRESSIONS OF INTEREST

Consulting Services for the Detailed Engineering Design of Mindanao Transport Connectivity Improvement Project

Under IBRD Loan No. 9775-PH

Country: Philippines

Name of Project: Mindanao Transport Connectivity Improvement Project

Loan No. IBRD Loan No. 9775-PH

Assignment Title: Contract ID No. 25CSZ004, Consulting Services for the Detailed Engineering Design of Mindanao Transport Connectivity Improvement Project

Reference No. C2-CS-01

1. The Republic of the Philippines has received financing from the World Bank toward the cost of the Mindanao Transport Connectivity Improvement Project, and intends to apply part of the proceeds for consulting services for the Detailed Engineering Design of the Mindanao Transport Connectivity Improvement Project.

2. The consulting services (“the Services”) being procured via this REOI includes the following summary of the key responsibilities expected under these Services:

  • Collect Design Data through field surveys and investigations which shall include, but not limited to, geohazard assessment, geological and geotechnical investigation, hydraulic/hydrological and other relevant engineering surveys, including data that supports long-term performance-based maintenance under LTPBM/OPRC;
  • Assess possible geological, geotechnical and climate hazards and recommend structural and non-structural measures that align with LTPBM/OPRC service-level requirements, to reduce the effects of these hazards;
  • Undertake Preliminary and Detailed Engineering Design (DED) which includes, but is not limited to, design of highway geometry, pavement, road safety, and drainage and slope protection structures, analysis of hydraulic/hydrologic and slope stability analyses, vulnerability to flooding & landslides, quantity calculations, supplemental Technical Specifications (if any), ensuring compliance with LTPBM/OPRC standards for long-term road performance;
  • Prepare requirements for procurement of civil works contractors which include, but not limited to, contract packaging options, Bills of Quantities (BOQ), Detailed Unit Price Analysis (DUPA), Cost Estimates and Bidding Documents in accordance with DPWH Policies[CP1] and World Bank procurement regulations, including LTPBM/OPRC-specific bidding and contract management provisions;
  • Develop a performance-based maintenance framework under LTPBM/OPRC, defining key service levels, monitoring mechanisms, and contractor obligations ensuring road usability, safety, and structural integrity throughout the contract period; and
  • Conduct of special site-specific studies, which include, but not limited to, Parcellary Survey, preparation of the Resettlement Plans, Indigenous Peoples Plan, Labor Management Procedures, Environmental and Social Impact Assessment (ESIA) Report, Environmental & Social Management Plan (ESMP), Environmental Management & Monitoring Plan (EMMP), Stakeholders Engagement Plan (SEP)and other relevant ESF documents, with considerations for LTPBM/OPRC-based environmental and social safeguards, and WBG Environmental and Social Framework (ESF) and Environmental, Health and Safety Guidelines (EHSG), over the contract lifecycle. Ensure E&S specifications are included in the procurement documents.

The Terms of Reference (TOR) can be accessed through the link below:

http://tiny.cc/MTCIP-DEDTOR

[WB2]

The type of Contract will be Lump-Sum and the Contract Duration will be 22 months.

3. The Department of Public Works and Highways (DPWH) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are summarized below:

  • Must have completed minimum of two (2) similar consultancy services contracts (within the last twenty (20) years, from September 2005 to EOI submission deadline) involving ONLY Detailed Engineering Design (DED) of Roads and Bridges projects. In case of Joint Venture, each JV member must have experience in minimum 1 similar contract, while JV will collectively meet the above requirement of minimum 2 similar contracts. Having Consulting Services contract/project situated in Southeast Asia is an advantage.
  • ONLY consulting services contracts of the Main Consultant/JV Member for which they were legally contracted as a Main Consultant/JV Member shall be considered.
  • The Firm should have been in business for at least the last ten (10) years. In case of Joint Venture, this requirement is applicable to each JV Member.
  • The Firm must have ISO 9001:2015 (Quality Management System) Certification, preferably with ISO 14001:2015 (Environmental Management System) Certification. In case of Joint Venture, ONLY the ISO Certification of the LEAD partner shall be considered.
  • Financial Capability: The Firm must demonstrate the soundness of its financial status (not in bankruptcy of financial difficult situation). The Firm shall submit audited financial statements or, if not required by the law of the Firm’s country, other financial statements acceptable to the Department of Public Works and Highways, for the last three (3) years (2022, 2023, 2024), demonstrating the current soundness of the Firm’s financial position. As a minimum, the Firm’s net worth for the year 2024 calculated as the difference between total assets and total liabilities should be positive. In case of Joint Venture, this requirement is applicable to each JV member. Only firms passing the mandatory requirements will be rated to determine the ranking, as appropriate, to come up with the required number of shortlisted firms.
  • Sub-Consultant/s’ experience shall NOT be considered.
  • The Firm shall provide the Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate, in sufficient detail to verify the contract name, value and completion time. If the document is other than in English, an accurate certified translation of these documents in English shall be provided.
  • Key Experts will not be evaluated at the shortlisting stage.

4. Guidance on the contents of EOI (Please see the Annex A)[WB3] [JPP4]

5. The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16 and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers, dated September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

6. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

7. A Consultant will be selected in accordance with Quality and Cost-Based Selection method (QCBS) set out in the above-named Procurement Regulations.

8. Further information can be obtained at the address below during office hours, 7:00 A.M. to 4:00 P.M. (Philippine Time).

MEDMIER G. MALIG

Assistant Secretary

For Technical Services and Operations for External Convergence Projects

Chairperson, BAC for Consulting Services

Bonifacio Drive, Port Area, Manila

Tel. No. (+632) 5304-3528

Email: malig.medmier@dpwh.gov.ph

or

MA. VICTORIA S. GREGORIO

Director, Procurement Service

DPWH Central Office

Bonifacio Drive, Port Area, Manila

Tel. No. (+632) 5304-3259

Email: gregorio.ma_victoria@dpwh.gov.ph

The BAC-CS would endeavor to provide expeditiously the additional information requested. but any delay in providing you with such additional information will not be considered as a reason for extending the deadline for submission of EOI.

9. Expression of Interest must be delivered in a written form and received to the address below (in person, or by email) by November 13, 2025, at 09:00AM (Philippine Time).

Department of Public Works and Highways

Bids and Awards Committee for Consulting Services

Attention:

MEDMIER G. MALIG

Assistant Secretary

For Technical Services and Operations for External Convergence Projects

Chairperson, Bids and Awards Committee for Consulting Services (BAC-CS)

5th floor, Room 502, Bonifacio Drive, Port Area, Manila 1018

Tel No. +632-5304-3023 / +632-5304-3266

Email: malig.medmier@dpwh.gov.ph

MEDMIER G. MALIG

Assistant Secretary

for Technical Services and Operations for External Convergence Projects

Chairperson, Bids and Awards Committee for Consulting Services (BAC-CS)

S.O. No. 174, s. 2025

Date Signed:­­___________________

ANNEX A – Guidance on the contents of EOI

4.1 EOIs to be submitted in one (1) original hard copy, and one (1) PDF electronic copy in flash drive (note: original hard copy shall prevail in the evaluation) within the stated deadline and address as specified in the main text of REOI. An EOI for this consultancy assignment must be submitted in a separate sealed envelope marked (outside of the envelope):

“EOI for Consulting Services for the Detailed Engineering Design of Mindanao Transport Connectivity Improvement Project under IBRD Loan No. 9775-PH;

Submission Date: ____________ (DD/MM/YYYY);


Submitted By: ______________ (Name of Firm)

(specify whether ‘ORIGINAL’ or ‘COPY No. 1’)”

4.2 EOIs should have a maximum of 50 pages only (excluding supporting documents). EOI format:

  • Font Style: Verdana
  • Minimum Font Size: 10
  • Single Line Spacing
  • Paper Size: A4
  • Put pagination in the lower right corner of the paper
  • All pages must be signed by Authorized Representative

4.3 Each EOI needs to include the following:

4.3.1 A cover letter expressing interest in the services and briefly stating which contract is being applied for. (should be maximum 3 pages)

4.3.2 Firm’s overall profile (should be maximum 20 pages). Should include the following but not limited to Organizational Structure, Overall Organizational Structure, Information on Manpower with technical and professional competence necessary for successful implementation of the Assignment, and the information below:

Consultant

Name

Acronym

Country of

Incorporation

Role

[Sole Firm / Lead

JV Partner/JV Partner/

Sub-Consultant]

Contact Details

of the Firm

[Tel. No., Email,

Fax No.]

Year of Business

Establishment,

Key business

fields

4.3.3 Firm’s Director or Manager or Equivalent Position: authorization letter/letter of appointment

4.3.4 Experience of the Firm in tabular form below, applied to Similar Experience, and Geographical Competence Experience. List the largest value and most relevant projects to this assignment first. Minimum Details should include the following but not limited to (should be maximum 30 pages):

Project Reference No. XX

Experience of:

(Insert Name of Consulting Firm)

Contract/Project/Assignment Title and Number:

(Insert complete contract name/title/number)

Country of Assignment/Name of project site

Contract Cost

(Insert Currency and Amount)

Contract Cost % Share / Amount Paid to your Firm

(Insert % of share in the Consulting Services Contract or Amount Paid to your Firm. ONLY amount paid to the Firm shall be considered)

Contract Signing Date

(DD/MM/YYYY)

Contract Duration

(Insert Months)

Start Date

(DD/MM/YYYY)

Completion Date

(DD/MM/YYYY)

Client / Employer

(Insert Name, Contact Information, Full Address)

Funding Source

Role in the Project/Assignment

(Specify whether Sole Firm / Lead JV Partner/ JV Partner/ Sub-Consultant)

Brief Description

(Insert brief description of consultant’s role/involvement/tasks in the assignment, number of man-months, project description, output/deliverable, etc.)

4.3.5 Appendix/Attachments (will not be part of the page limit):

  • Certificate of Incorporation of the Firm
  • Certificate of Incorporation of the JV member (for each member)
  • Letter of Association
  • Documentary evidence showing year of business establishment, business fields
  • ISO Certifications
  • Audited Financial Report for the last three years (2022, 2023, 2024)
  • Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate of the Single Largest Consulting Services Contract

---------------------------------------------------(Nothing Follows)---------------------------------------------------


Источник закупки

Перейти

Импорт - Экспорт по стране Филиппины

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru