Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

Size: px
Start display at page:

Download "Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO"

Transcription

1 Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO DISK TO TAPE BACKUP AND RECOVERY SOLUTION AUGUST 08, 2017

2 Part 1: Section 2 Bid Data Sheet Table of Contents Section 2: Bid Data Sheet... 4 Section 3: Evaluation Methodology and Criteria... 8 Addendum to Bidding Document for Supply, Installation and Commissioning of a Disk 2

3 Part 1: Section 2 Bid Data Sheet BANK OF UGANDA August 08, 2017 Addendum to the bidding document for Supply, Installation and Commissioning of a Disk to Disk to Tape Backup and Recovery Solution Ref No: BOU/SUPLS/16-17/00357 Section 2: Bid Data Sheet and Section 3 Evaluation Methodology and Criteria are hereby replaced as follows; Addendum to Bidding Document for Supply, Installation and Commissioning of a Disk 3

4 Part 1: Section 2 Bid Data Sheet Section 2: Bid Data Sheet Instructions to Bidders Reference Data relevant to the ITB ITB 1.1 ITB 1.1 A. General The Procuring and Disposing Entity is: Bank of Uganda The subject of procurement is: Supply, Installation and Commissioning a Disk to Disk to Tape Backup and Recovery Solution ITB 1.1 The Procurement Reference number of the Bidding Document is : BOU/SUPLS/16-17/00357 ITB 1.1 The number and identification of lots comprising this Bidding Document is: 1 ITB 5.5 The minimum and maximum number of Lots a Bidder may bid for is: 1 Lot as a Minimum and 1 Lots as Maximum The Bidder shall be required to include with its Bid, documentation from the Manufacturer of the Supplies, that it has been duly authorised to supply, in Uganda, the Supplies indicated in its bid by submitting the Manufacturers Authorisation Form in Section 4 Bidding Forms. B. Bidding Document ITB 7 ITB 7 For clarification purposes only, Bank of Uganda s address is: Attention: The Director Procurement and Disposal Department Street Address: Plot 37/45 Kampala Road Floor/Room number: Level 3, Room No. 3E-05 Town/City: Kampala P. O. Box No: 7120 Country: Uganda Telephone: Facsimile number: Electronic mail address: procurement@bou.or.ug Bank of Uganda will respond to any request for clarification provided that such request is received no later than August 14, 2017 C. Preparation of Bids ITB 10.1 ITB 10.2 The medium of communication shall be in writing. The language for the bid is English. Addendum to Bidding Document for Supply, Installation and Commissioning of a Disk 4

5 Part 1: Section 2 Bid Data Sheet Instructions to Bidders Reference Data relevant to the ITB ITB 11 (i) ITB 11.2 ITB 13.1 The Bidder shall submit with its bid the following additional documents: 1. Proof of eligibility for the reservation scheme to promote local content in public procurement in Uganda by submitting the following documents; A. For companies;- i. Certificate of Incorporation; ii. iii. Return of Allotment of Shares; and Copies of the National Identity Cards or Passports for the majority shareholders B. For Partnerships, Joint Ventures or other associations;- i. In the case of individuals, copies of National Identity Cards or Passports; and ii. In the case of a company, the requirements listed in A. above 2. Audited Accounts for the last two financial years 3. A Valid Tax Clearance Certificate or equivalent 4. A Valid Trading Licence or equivalent 5. A Valid NSSF Clearance Certificate or equivalent 6. Manufacturer s Authorisation to supply the proposed solution in Uganda 7. Documentary Proof that the company has supplied similar systems to at least three (3) other entities with at least one in Africa which the Bank may visit or contact for verification. 8. Documentary evidence confirming the country of origin and or assembly of the System. Should any of the required documents be in a language other than English, the bidder SHALL submit a copy of the same translated in English. A Pre-bid Meeting shall not be held. Alternative Bids shall not be permitted. ITB 14.5 The Incoterms edition is: INCOTERMS 2010 ITB 14.6(a)(i) For Supplies, the Bidder shall quote prices using the following Incoterms: DELIVERED DUTY PAID (DDP) Bank of Uganda Headquarters ITB 14.7 ITB 15.1(a) The prices quoted by the Bidder shall be: Uganda Shillings(UGX) For Supplies and Related Services originating in Uganda the currency of the bid shall be: Uganda Shillings (UGX) Addendum to Bidding Document for Supply, Installation and Commissioning of a Disk 5

6 Part 1: Section 2 Bid Data Sheet Instructions to Bidders Reference Data relevant to the ITB ITB 15.1(b) ITB 18.3 For Supplies and Related Services originating outside of Uganda the currency of the bid shall be: United States Dollar (USD) or any freely convertible currency Bidders shall not provide a representative sample of the Supplies as detailed in Section 6 Statement of Requirements. Bidders may be required to provide a demonstration of the use of the supplies during the evaluation process where necessary. ITB 20.1 Bids shall be valid until February 16, 2018 ITB 21.1 ITB 21.2 A Bid Security shall be required. The amount and currency of the Bid Security shall be UGX.15,000,000 or USD.4,400 ITB 21.3 The Bid Security shall be valid until March 28, 2018 ITB 22.1 In addition to the original of the Bid, the number of copies required is: 2 (two) Copies and a soft copy of your bid on CD or flash disk D. Submission and Opening of Bids ITB 24.1 For bid submission purposes only, Bank of Uganda s address is : The Director Procurement and Disposal Department Plot 37/45 Kampala Road Level 3, Room No. 3E-05 P. O. Box 7120, Kampala Uganda The deadline for bid submission is: Wednesday August 23, 2017 Time: 3:00pm EST ITB 27.1 The bid opening shall take place at: 3rd Floor, New Building Procurement and Disposal Committee Room Bank of Uganda Headquarters Plot 37/45 Kampala Road, P.O. Box 7120, Kampala At 3:15pm EST on Wednesday August 23, 2017 E. Evaluation of Bids Addendum to Bidding Document for Supply, Installation and Commissioning of a Disk 6

7 Part 1: Section 2 Bid Data Sheet Instructions to Bidders Reference Data relevant to the ITB ITB 34 The currency that shall be used for financial comparison purposes to convert all bid prices expressed in various currencies into a single currency is: Uganda Shilling (UGX) The source of exchange rate shall be: Bank of Uganda. The date for the exchange rate shall be: Wednesday August 23, 2017 ITB 35.1 ITB 35.3 A margin of preference shall apply. In accordance with section 59A of the PPDA Act. The Bidder shall submit with its bid the following documents to evidence that they qualify for a margin of preference: 1. Return of Allotment of shares; and 2. Copies of the National identity cards or Passport of the majority shareholders 3. Documentary evidence confirming that labour or value addition to the good is more than thirty percent of the ex-work of the system 4. The production facility in which the system is developed, assembled or processed is in Uganda and is engaged in the developing, assembling or processing of the system at the time of submission of the bid F. Award of Contract ITB 45.1 The Advance Payment shall be limited to 30 percent of the Contract Price and shall require an advance Payment Guarantee from a Commercial Bank. Addendum to Bidding Document for Supply, Installation and Commissioning of a Disk 7

8 Evaluation Criteria Section 3: Evaluation Methodology and Criteria Procurement Reference Number: BOU/SUPLS/16-17/00357 A Evaluation Methodology 1 Methodology Used 1.1 The evaluation methodology to be used for the evaluation of bids shall be the Quality and Cost Based Selection (QCBS) methodology, which involves the following procedure 2 Summary of Methodology 4.1 The Quality and Cost Based Selection methodology recommends the highest scoring bid, which is eligible and substantially responsive to the technical and commercial requirements of the Bidding Document, provided that the Bidder is determined to be qualified to perform the contract satisfactorily. 4.2 The evaluation method being used is the quality and cost based selection method which involves the following procedure: (a) Preliminary examination on a pass/fail basis to determine the eligibility of the bidders and assess their administrative compliance with the basic instructions and requirements of the solicitation document. Non eligible and non-compliant bids will be eliminated from further evaluation. (b) a detailed technical evaluation to assess: (i) (ii) responsiveness to the terms and conditions of the solicitation document; the technical quality of bids against set criteria on a merit point system, to determine the technical score (St) of each technical bid. The technical score (St) for each bid shall be determined against the criteria detailed above This stage also includes site visits / due diligence at some of the clients stated by the bidders in their proposals. The points obtained from the technical evaluation and the due diligence will be used to determine which technical scores and the bids reaching the minimum technical score required to qualify for further evaluation; those not meeting the minimum points will be eliminated from further evaluation. (c) financial bids of those bidders who were substantially responsive and met the minimum qualifying mark of 80 points will be evaluated to determine financial scores for each bid, the lowest priced bid shall be given a financial score of 100, and other bids shall, by application of the formulae below be given a proportionate score Sf = 100 x Fm/F in which: Sf denotes the financial score of the bid under consideration; Fm is the price of the lowest price bid that passed the technical evaluation; F denotes the price of the bid under consideration. 8

9 Evaluation Criteria (d) Determination of Combined Technical and Financial Scores; Bids will be ranked according to their combined technical (St) and financial (Sf) scores using the weightings: S = (St x T%) + (Sf x P%) where S is the combined technical and financial score. The weights given to the scores of the Technical and Financial Bids are: T = 70 denotes the weight given to the Technical Bid; and P = 30 denotes the weight given to the Financial Bid; (e) The bid achieving the highest combined technical and financial score shall be the Best Evaluated Bid. B Preliminary Examination Criteria 3 Eligibility Criteria 3.1 The eligibility requirements shall be determined in accordance with Clause 4 of the ITB. 3.2 The documentation required to provide evidence of eligibility shall be:- a) A copy of the Bidder s trading licence. b) A copy of the Bidder s Certificate of Registration. c) Notarized / Registered Powers of Attorney d) A copy of the Memorandum and Articles of Association. e) Bidder s Tax clearance certificate in its original form, addressed to Bank of Uganda as evidence of fulfilment of tax obligations. f) Bidder s National Social Security Clearance Certificate as evidence of fulfilment of social security obligations g) A statement in the Bid Submission Sheet that the bidder meets the eligibility criteria stated in ITB 4.1. h) A declaration in the Bid Submission Sheet of nationality of the Bidder. i) A statement in the Bid Submission Sheet that the Bidder has no conflict of interest. j) A declaration in the Bid Submission Sheet that the Bidder is not under suspension by the Public Procurement and Disposal of Public Assets Authority of Uganda for local firms only. k) A copy of the company s certified audited accounts for the past three years (profit/loss, assets/liabilities) and any financial data, which you consider to be useful. 3.3 A Power of Attorney which if signed in Uganda shall be registered; or if signed outside Uganda shall be notarized authorising signature of the bid on behalf of the Bidder 9

10 Evaluation Criteria 3.4 For a Joint Venture, Association or a an Association, the documentation in Section 3.2 shall be required for each member of the Joint Venture and the following additional documentation shall also be required: a) A certified copy of the Joint Venture, Association or Association Agreement, which is legally binding on all partners, showing that: (i) (ii) (iii) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms; one of the partners will be nominated as being in charge, authorised to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge. b) Notarized / Registered Powers of Attorney of the signatory(ies) of the bid authorising signature of the bid on behalf of the joint venture; a Power of Attorney from each member of the JV nominating a Representative in the JV and a Power of Attorney from the JV nominating a representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution 4 Administrative Compliance Criteria C 4.1 The evaluation of Administrative Compliance shall be conducted in accordance with ITB Sub-Clauses 32.3 and The preliminary examination shall be on a pass or fail basis. Any bidder who obtains a fail shall be eliminated from further evaluation at this stage. Detailed Evaluation Criteria 5. Commercial Criteria The commercial responsiveness of bids shall be evaluated in accordance with ITB Clause 33. The criteria shall be: ( a) acceptance of the conditions of the proposed contract; ( b) inclusion of all cost components required such as installation, training, inspection or proving, commissioning, in addition to the price of the supplies; (c) acceptable delivery schedule.. 6. Technical Criteria 6.1 Technical responsiveness shall be evaluated in accordance with ITB Clause The Statement of Requirements details the minimum technical requirements. Responsiveness is determined by comparison of the specification offered to the specification required in Section 6 and the evaluation is conducted on a Merit Point Basis. 10

11 Evaluation Criteria 6.3 Bidders may be required to make oral presentations to Bank of Uganda Team at Bank of Uganda Headquarters in Kampala on the dates that shall be communicated during evaluation if necessary. The presentations shall focus on the technical functionality of the system and shall be part of the evaluation process. The Bidders shall meet all travel costs. 6.5 Evaluation Scheme : Technical Evaluation Criteria Detailed Technical Evaluation Criteria Responsiveness to the Mandatory technical requirements (failure to meet any of the mandatory requirements will lead to disqualification) Vendor Capability in terms of relevant skills of staff as evidenced by their certified CVs. These should be the actual staff the vendor expects to deploy during implementation. Relevant Experience as detailed in past (similar) projects, evidenced by contracts, reference letters and amount of contract. Related to disk to tape Backup Solution. Highly Desirable Requirements Points 50 points 20 points 20 points 2 points Detailed Implementation Plan Detailed Proposed Training Program The Minimum Score to qualify for the next stage shall be 90points. 4 points 4 points 100 points 7. Determination of Technical Score 7.1 The technical score (St) for each bid shall be determined against the criteria detailed above. 7.2 The minimum technical score required to pass the detailed technical evaluation stage is: 90 points. Any bidder who obtains a score less than 90 points in the detailed technical evaluation stage shall be eliminated from further evaluation. Financial Costs 100 points The weighted average of the technical and financial scores shall be the basis of determining the best evaluated bid. The technical bid will account for 80% of the weighting for the overall evaluation and the financial bid will account for 20%. D 8. Costs to be included in Bid Price Financial Comparison Criteria The financial comparison shall be conducted in accordance with ITB Clause 36. The 11

12 Evaluation Criteria costs to be included in the bid price bid are: (a) the unit and total delivered price based on the delivery terms requested and the quantity specified in Section 6; (b) Taxes, duties and levies. The Applicable taxes include VAT (18%) and withholding tax of 6% for local firms and 15% for international Firms (10% for India and UK). Must be clearly itemised in the price schedule. 9. Non-cost Factors to be included in Evaluated Price The non-cost factors to be included in the evaluated price are: (a) (b) Adjustment for deviations in the schedule of payment, if applicable. Adjustment for deviations in the delivery schedule, if applicable. 10. Margin of Preference 10.1 If the BDS specifies a margin of preference to goods manufactured in Uganda for the purpose of bid comparison, the following procedures will apply: (a) Bank of Uganda will first review the bids to confirm the appropriateness of the classification, and to identify the bid group classification of each based upon bidders declaration of origin. 11 Determination of Financial Score 11.1 To determine financial scores for each bid, the lowest priced bid shall be given a financial score of 100, and other bids shall, by application of the following formulae be given a score proportionate to this: Sf = 100 x Fm/F in which: Sf denotes the financial score of the bid under consideration; Fm is the price of the lowest price bid that passed the technical evaluation; F denotes the price of the bid under consideration. 12 Determination of Combined Technical and Financial Scores 12.1 Bids will be ranked according to their combined technical (St) and financial (Sf) scores using the weightings. S = (St x T%) + (Sf x P%) where S is the combined technical and financial score 12.2 The weights given to the scores of the Technical and Financial Bids are: T = 80 denotes the weight given to the Technical Bid; and P = 20 denotes the weight given to the Financial Bid; 13 Determination of Best Evaluated Bidder 13.1 The bid achieving the highest combined technical and financial score shall be the Best Evaluated Bid. 12

13 Evaluation Criteria E Post-qualification Bank of Uganda shall undertake a post qualification on the Best Evaluated Bidder to confirm whether the best evaluated bidder has the capacity and financial resources to execute the procurement where necessary. The Post Qualification Criteria Shall include: a) Financial Strength of the Bidder b) Ability to Deliver in time c) Capacity of the Bidder as demonstrated by similar deliveries made to other Entities d) Past Performance record in terms of Quality, timeliness of Delivery, and reliability. For Bidders that have not previously supplied the Bank, performance will be assessed from their clients. The Bank shall conduct visits to up to two of the clients stated by the bidders in their proposal to verify information included in the bid document and confirm the capacity of the bidder to execute the project. The site visits shall focus on the experience of the users of the solutions provided. The site visits shall be part of the evaluation process. Bank of Uganda shall meet its own costs of the site visits such as travel and accommodation. Only clients of bidders who have demonstrated requisite experience, capability and have met all the mandatory technical requirements will be visited. 13

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS BANK Of ZAMBIA REQUEST FOR PROPOSALS GRAPHIC DESIGN FOR THE ZAMBIA INTERNATIONAL TRADE FAIR (ZITF) AND ZAMBIA AGRICULTURE AND COMMERCIAL SHOW (ZACS) STANDS BANK OF ZAMBIA IFB NO. BOZ/PMS/ONB/04/2018 ISSUED:

More information

PREQUALIFICATION DOCUMENT

PREQUALIFICATION DOCUMENT NATIONAL IRRIGATION BOARD (NIB) ISO 9001:2008 Certified PREQUALIFICATION DOCUMENT PREQUALIFICATION OF CONTRACTORS TENDER NO. : TENDER NAME: NIB/T/061/2015-2016 CONSTRUCTION WORKS FOR MURINGA BANANA IRRIGATION

More information

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR RFP No. 3131/21/07/2017 Date of Issue Friday, 07 July 2017 Closing

More information

Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR. RFP No. 770/09/06/2017

Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR. RFP No. 770/09/06/2017 Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR RFP No. 770/09/06/2017 Date of Issue Monday, 29 May 2017 Closing Date Friday, 09 June 2017 Place Tender box,

More information

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI REGISTRATION DOCUMENT FOR PROVISION OF CONSULTANCY SERVICES TRAINING IN MANAGEMENT, HR, PROCUREMENT, FINANICIAL SERVICES, CUSTOMER CARE, ISO AND WORK ENVIRONMENT, CORRUPTION PERCEPTION AND EMPLOYEE SATISFACTION,

More information

REQUEST FOR PROPOSALS (RFP) AND GENERAL INSTRUCTION TO SERVICE PROVIDERS BID DATA SHEET (BDS)

REQUEST FOR PROPOSALS (RFP) AND GENERAL INSTRUCTION TO SERVICE PROVIDERS BID DATA SHEET (BDS) REQUEST FOR PROPOSALS (RFP) AND GENERAL INSTRUCTION TO SERVICE PROVIDERS BID DATA SHEET (BDS) The International Organization for Migration (IOM) is an intergovernmental humanitarian organization established

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) The development of info-graphic instructional videos for the National Cleaner Production Centre South African (NCPC-SA) on behalf of the CSIR RFP No. 821/23/03/2018 Date of

More information

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36) Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36) RFP No. 816/16/02/2018 Date of Issue Friday, 02 February 2018 Friday,

More information

Kenya Seed Company limited

Kenya Seed Company limited Kenya Seed Company limited REQUEST FOR PROPOSAL TENDER REF: KSC/RFP /SP/01/2017 CONSULTANCY SERVICE FOR DEVELOPMENT OF A STRATEGIC PLAN FOR KENYA SEED COMPANY LTD FINANCIAL YEAR 2018/19-2022/2023 TENDER

More information

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT DISCLAIMER The information contained in this Request for Proposal (RFP) document or information

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) The provision of services to undertake RECP assessment at an Agro-Processing company located in Swellendam, Western Cape on behalf of the CSIR RFP No. 780/14/08/2017 Date of

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX 78-90300 MAKUENI REGISTRATION DOCUMENT FOR SUPPLY AND DELIVERY OF CERTIFIED SEEDS FOR FINANCIAL YEARS 2017-2018 AND 2018-2019 REFERENCE

More information

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS REPUBLIC OF KENYA GOVERNMENT OF MAKUENICOUNTY COUNTY TREASURY P.0. BOX 78-90300 MAKUENI REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS REGISTRATION NO.

More information

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL RFP TITTLE : CONSULTANCY SERVICES TO DESIGN THE NETWORK INFRASTRUCTURE FOR THE CENTRAL BANK OF LESOTHO S NEW BUILDING RFP NO : CBL/FNC/TC//8/C/TC/03/2016 Submission

More information

Prequalification for Construction Works

Prequalification for Construction Works Prequalification for Construction Works Ref: EOI-IQ001/2016 UNDP IRAQ Date: 28 January 2016 Conflict in Iraq since 2014 led to a huge displacement of Iraqis which is currently estimated at around 3 million

More information

Request for proposals (RFP)

Request for proposals (RFP) Request for proposals (RFP) For the provision of professional consulting services to position the National Cleaner Production Centre as a Technical Reference Partner to the Energy and Water Seta as the

More information

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home SOUTHERN NEVADA REGIONAL HOUSING AUTHORITY IFB No. B17031 DKMHP Purchase & Installation of Manufactured Home This addendum must be noted on the Bid Form, initialed and submitted under Tab 4 with the bid

More information

Guidelines to Consultant

Guidelines to Consultant Guidelines to Consultant For Expression of Interest For Selection of System Integrator (SI) for Integrated Financial Management Information System (IFMIS) Implementation (NEA/CS/QCBS/PD-5) Client: Country:

More information

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq INVITATION TO BID ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq Volume III Submission Forms & Contract Documentation Section 4 - Section 5 - Section 6 - Section

More information

Request for Proposals (RFP) The provision of a full production of a high quality audio visual segment to the CSIR. RFP No.

Request for Proposals (RFP) The provision of a full production of a high quality audio visual segment to the CSIR. RFP No. CSIR TENDER DOCUMENTATION Request for Proposals (RFP) The provision of a full production of a high quality audio visual segment to the CSIR RFP No. 830/17/05/2018 Date of Issue Thursday, 03 May 2018 Closing

More information

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD Document for submission of Technical Proposal Information duly supported along with documentary evidence

More information

REQUEST FOR PROPOSAL. RFP No.: Project: The Development Initiative for Northern Uganda (DINU) Country: Uganda

REQUEST FOR PROPOSAL. RFP No.: Project: The Development Initiative for Northern Uganda (DINU) Country: Uganda REQUEST FOR PROPOSAL Consulting Services: Technical Assistance to the District Local Governments of Abim, Adjumani, Amudat and Moyo to Carry Out Rehabilitation of District and Community Access Roads RFP

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL for Enterprise Development in Fishery Sector for Youth in Berbera RFP No.: UNDP/SOM/RFP/2018/008/JPYES/READVERTISEMENT Project: Joint Programme on Youth Employment Issued on: 11 July

More information

Selection of Consultants

Selection of Consultants STANDARD REQUEST FOR PROPOSALS FOR Selection of Consultants Small Time-Based and Lump-Sum Assignments Public Procurement Authority Accra, Ghana April, 2014 Table of Contents INTRODUCTION... 1 Letter of

More information

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT CATEGORY B (OPEN TO ELIGIBLE BIDDERS) Tender No. SRC/IFQ/ 62/2016-2018 SUPPLY AND INSTALLATION OF SOFTWARE SECURE SOCKET LAYER CERTIFICATE APRIL,

More information

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers

More information

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI] REQUEST FOR PROPOSALS SERVICES FOR [Federal Media Network Training] Prepared by IOM Somalia [Somalia Stabilization Initiative - SSI] [25 January 2018] REQUEST FOR PROPOSALS RFP No.: [MOG020] IOM Somalia

More information

Instructions to Bidders. Thailand Petroleum Bidding Round 2018 for Offshore Block G1/61

Instructions to Bidders. Thailand Petroleum Bidding Round 2018 for Offshore Block G1/61 Attachment 2 THAILAND PETROLEUM BIDDING ROUND 2018 FOR OFFSHORE BLOCK G1/61 Instructions to Bidders Thailand Petroleum Bidding Round 2018 for Offshore Block G1/61 Disclaimer This Instructions to Bidders

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL TERMS OF REFERENCE FOR CONSULTANCY IN DEVELOPMENT OF A COMPETENCY BASED AGRIBUSINESS CURRICULUM, TRAINING MATERIALS, AND FACILITATING AND MANAGING THE VALIDATION PROCESS OF THE CURRICULUM

More information

Ref: AIDC/CC/KP/1/2506 Date: 18/07/2017. CORIGENDUM No. II

Ref: AIDC/CC/KP/1/2506 Date: 18/07/2017. CORIGENDUM No. II Ref: AIDC/CC/KP/1/2506 Date: 18/07/2017 CORIGENDUM II Reference: Request for Proposal (RFP) for hiring of Knowledge Partner for Industries & Commerce Department, Government of Assam dated (Tender Reference

More information

STANDARD GRANT APPLICATION FORM 1 REFERENCE NUMBER OF THE CALL FOR PROPOSALS: 2 TREN/SUB

STANDARD GRANT APPLICATION FORM 1 REFERENCE NUMBER OF THE CALL FOR PROPOSALS: 2 TREN/SUB STANDARD GRANT APPLICATION FORM 1 PROGRAMME CONCERNED: 2 ACTIONS IN THE FIELD OF URBAN MOBILITY REFERENCE NUMBER OF THE CALL FOR PROPOSALS: 2 TREN/SUB 02-2008 [Before filling in this form, please read

More information

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES CPF Financial Services Ltd CPF House, 7th Floor. Haile Selassie Avenue P. O. Box 28938, 00200 Nairobi Tel ; 2046901 05 SECTION III - LETTER OF APPLICATION

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

REQUEST FOR PROPOSALS RFP/2017/021. Provision of Consultancy Services for Enhancement of REmap tool and preparation for the Energy Transition Model

REQUEST FOR PROPOSALS RFP/2017/021. Provision of Consultancy Services for Enhancement of REmap tool and preparation for the Energy Transition Model REQUEST FOR PROPOSALS RFP/2017/021 Provision of Consultancy Services for Enhancement of REmap tool and preparation for the Energy Transition Model The International Renewable Energy Agency (IRENA) does

More information

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST)

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST) Invitation for Bids Date: 18 April 2018 Loan No. and Title: Contract No. and Title: Deadline for Submission of Bids: 49469-IND: Mumbai Metro Rail Investment Project MRS1: Design, Manufacture, Supply, Testing,

More information

Kathmandu Office UNESCO Representative to Nepal

Kathmandu Office UNESCO Representative to Nepal Kathmandu Office UNESCO Representative to Nepal Ref: KAT/11/186/AP/CI 28 February, 2011 Subject: Assessing the media landscape in Nepal Dear Sir/Madam, You are requested to submit a proposal for the assessment

More information

Request for Expression of Interest

Request for Expression of Interest INFRASTRUCTURE DEVELOPMENT AUTHORITY PUNJAB (IDAP) Government of Punjab Request for Expression of Interest For THE CONSULTANCY SERVICES FOR SURVEY, INVESTIGATIONS, PLANNING, DESIGN, DESIGN REVIEW, MODIFICATION

More information

EXPRESSION OF INTEREST IN APPOINTING A PANEL OF ATTORNEYS

EXPRESSION OF INTEREST IN APPOINTING A PANEL OF ATTORNEYS EXPRESSION OF INTEREST IN APPOINTING A PANEL OF ATTORNEYS UNIVERSITY OF KWAZULU-NATAL (UKZN) EXPRESSION OF INTEREST (EOI) EOI 01/2018 The University of KwaZulu-Natal ( UKZN ) invites all interested parties

More information

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL Transportation Sector Energy Audit, Bartica, Guyana Contract #30/2017/ITALIAN GOVERNMENT/CCCCC

More information

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL Tamil Nadu Salt Corporation Limited (A Govt. of Tamil Nadu Enterprise) SELECTION OF JOINT VENTURE PARTNER FOR ESTABLISHING 36000TPA CAUSTIC SODA PLANT IN NAGAPATINAM DISTRICT TAMILNADU, INDIA. International

More information

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN) STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN) TABLE OF CONTENTS Page INTRODUCTION. 3 SECTION I - LETTER OF INVITATION.. 4 SECTION II - INFORMATION TO CONSULTANTS 5 SECTION III - TERMS

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

CLARIFICATIONS ON ISSUES RAISED BY BIDDERS ON RFP FOR DESIGN AND DELEOPMENT OF A WEB-BASED ROAD MANAGEMENT SYSTEM

CLARIFICATIONS ON ISSUES RAISED BY BIDDERS ON RFP FOR DESIGN AND DELEOPMENT OF A WEB-BASED ROAD MANAGEMENT SYSTEM 1. Clause 2.3.4., sec (i) pg 6 A brief description of the firm s organization and an outline of recent experience on assignments of a similar nature. As per our understanding, similar assignment refers

More information

Ontario College of Trades

Ontario College of Trades Ontario College of Trades This document is a Request fo r Proposal (RFP) for Roster of vendors to facilitate: Ontario College of Trades 2018 Strategic Planning Initiative (planning, facilitating and reporting

More information

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents

More information

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued: Request for Proposal RFPN-MYRLU-17-0001 Consultancy Greening IFRC Supply Chain Phase 1 1. Instructions to Tenderers The International Red Cross and Red Crescent Societies (IFRC) invites you to submit proposal

More information

MARKET OPPORTUNITY ANALYSIS FOR THE OCEAN TECHNOLOGY SECTOR IN NEWFOUNDLAND AND LABRADOR

MARKET OPPORTUNITY ANALYSIS FOR THE OCEAN TECHNOLOGY SECTOR IN NEWFOUNDLAND AND LABRADOR REQUEST FOR PROPOSALS MARKET OPPORTUNITY ANALYSIS FOR THE OCEAN TECHNOLOGY SECTOR IN NEWFOUNDLAND AND LABRADOR DEPARTMENT OF INNOVATION, BUSINESS AND RURAL DEVELOPMENT February 1, 2012 TABLE OF CONTENTS

More information

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

SECTION 2 INSTRUCTIONS TO BIDDERS (IB) SECTION 2 INSTRUCTIONS TO BIDDERS (IB) RFP 12-18 2012-08-01 Page 1 of 12 Instructions to Bidder (IB) IB 1. Communication / Timelines for submittal of Proposal IB 2. Proposal Submission General Terms IB

More information

NATIONAL LIBRARY OF SOUTH AFRICA. 228 Johannes Ramokhoase Street 5 Queen Victoria. Pretoria 8001

NATIONAL LIBRARY OF SOUTH AFRICA. 228 Johannes Ramokhoase Street 5 Queen Victoria. Pretoria 8001 NATIONAL LIBRARY OF SOUTH AFRICA 228 Johannes Ramokhoase Street 5 Queen Victoria Private Bag X397 Cape Town Pretoria 8001 0001 BID DESCRIPTION Expression of Interest (EOI) to render catering services at

More information

DOCUMENTS GPOBA GRANT NUMBER TF Global Partnership on Output-based Aid. Grant Agreement

DOCUMENTS GPOBA GRANT NUMBER TF Global Partnership on Output-based Aid. Grant Agreement GPOBA GRANT NUMBER TF092629 DOCUMENTS Global Partnership on Output-based Aid Grant Agreement (Extending Telecommunications in Rural Indonesia Project) between REPUBLIC OF INDONESIA and INTERNATIONAL BANK

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS RFP 2017-04 WEBSITE DEVELOPMENT AND REDESIGN DATE ISSUED: September 29, 2017 TYPE OF PROJECT: CONTACT

More information

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals. For RFP # 2011-OOC-KDA-00 Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2011-OOC-KDA-00 Issue Date: Month, Day, 2011 Response Date: Month, Day, 2011 Page 1 of 14 Table of Contents Page

More information

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018 MMU/REC/316039-14(01) MASINDE MULIRO UNIVERSITY OF SCIENCE AND TECHNOLOGY (MMUST) Tel: 057250522/3 OR 0702597361/0 OR 0733120020/2 E-mail: vc@mmust.ac.ke Website: www.mmust.ac.ke P.O Box 190 Kakamega 50100

More information

Request for Proposals:

Request for Proposals: Request for Proposals: TRANSACTION ADVISORY & OTHER PROFESSIONAL SERVICES TO BE RENDERED ON STUDENT ACCOMMODATION AND OTHER EDUCATIONAL INFRASTRUCTURE PROJECTS AT DIFFERENT CAMPUSES OF THE DURBAN UNIVERSITY

More information

Global Atlas mobile application

Global Atlas mobile application REQUEST FOR PROPOSALS (RFP) PL/RFP/2013/O/010 Global Atlas mobile application International Renewable Energy Agency Abu Dhabi, UAE April, 2014 1 Section 1: Letter of Invitation Dear Madam or Sir, Abu Dhabi,

More information

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services Nepal Telecom Nepal Doorsanchar Company Limited Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services (Notice No. NDCL/17/070-71) May, 2014 Material Management Department

More information

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP) CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP) Request for Proposal (RFP) For Appointment of Consultant RFP NO.:MSTC/CP/MOU/CONSULTANT/ERP/12-13/03

More information

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION Issue Date: October 18th, 2016 Submission Deadline: November 8th, 2016, 2:00 PM P a g e 1 Table of Contents Introduction...

More information

Request for Proposals (RFP) The provision of Content Curation and User Management Services for an Online Innovation Portal to the CSIR

Request for Proposals (RFP) The provision of Content Curation and User Management Services for an Online Innovation Portal to the CSIR Request for Proposals (RFP) The provision of Content Curation and User Management Services for an Online Innovation Portal to the CSIR RFP No. 797/30/10/2017 Date of Issue 13 October 2017 Closing Date

More information

Request for Proposals (RFP)

Request for Proposals (RFP) CSIR TENDER DOCUMENTATION Request for Proposals (RFP) The provision of support services in the Implementation of the Incubator Programme of the Climate Technology Centre and Network (CTCN) for the CSIR

More information

KENYA MEDICAL RESEARCH INSTITUTE

KENYA MEDICAL RESEARCH INSTITUTE KENYA MEDICAL RESEARCH INSTITUTE In Search Of Better Health PRODUCTION OF A VIDEO DOCUMENTARY FOR KEMRI KEMRI/HQ/007/2017-2018. CLOSING DATE: 26 TH SEPTEMBER, 2017 1.0 BACKGROUND INFORMATION The Kenya

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS

More information

The Kingdom of Thailand Ministry of Transport State Railway of Thailand INVITATION FOR

The Kingdom of Thailand Ministry of Transport State Railway of Thailand INVITATION FOR The Kingdom of Thailand Ministry of Transport INVITATION FOR PROJECT MANAGEMENT CONSULTANT SHORT LIST SELECTIONS OF MASS TRANSIT SYSTEM PROJECT IN BANGKOK (RED LINE) (I) The Ministry of Finance (MOF),

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR THE CARENAGE POLICE STATION

REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR THE CARENAGE POLICE STATION THE URBAN DEVELOPMENT CORPORATION OF TRINIDAD AND TOBAGO LIMITED (UDeCOTT) REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR THE CARENAGE POLICE STATION The Urban Development Corporation of Trinidad and

More information

49469-IND: Mumbai Metro Rail Investment Project Indian Standard Time (IST)

49469-IND: Mumbai Metro Rail Investment Project Indian Standard Time (IST) Invitation for Bids Date: 11.05.2018 Loan No. and Title: Contract Nos. and Title: 49469-IND: Mumbai Metro Rail Investment Project MS01: Design, Manufacture, Supply, Installation, Testing and Commissioning

More information

PROCUREMENT PLAN. Procurement of Goods and Works

PROCUREMENT PLAN. Procurement of Goods and Works PROCUREMENT PLAN Basic Data Project Name: CAREC Corridor 1 (Bishkek-Torugart Road) Project 2 Country: Kyrgystan Executing Agency: Ministry of Transport & Communication Loan Amount: SDR18.492 million/$22

More information

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES CPF Financial Services Ltd CPF House, 7th Floor. Haile Selassie Avenue P. O. Box 28938, 00200 Nairobi Tel ; 2046901 05 SECTION III - LETTER OF APPLICATION

More information

KARATINA UNIVERSITY. TENDER NO.: KarU/OT/0001/

KARATINA UNIVERSITY. TENDER NO.: KarU/OT/0001/ KARATINA UNIVERSITY TENDER NAME: SUPPLY AND DELIVERY OF ASSORTED LIBRARY BOOKS TENDER NO.: KarU/OT/0001/2016-2017 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE

More information

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid A. PURPOSE Umbrellas Page 1 of 7 TENNESSEE EDUCATION LOTTERY CORPORATION The ( TEL ) is soliciting bids for the following services and/or products: Umbrellas B. GENERAL INFORMATION AND SCHEDULE This ITB

More information

Please find enclose Addendum No. 01 for the subject ITB, which includes the following:

Please find enclose Addendum No. 01 for the subject ITB, which includes the following: Iraq To: All Bidders Subject: ITB-175/16- Establishing Long Term Agreement (LTA) in Two Lots for purchasing various capacities Generators under Funding Facility for Immediate Stabilization (FFIS) Project

More information

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 BIBB COUNTY SCHOOL DISTRICT 484 Mulberry Street Macon, Georgia 31201 July 18, 2014 TIMELINE RFP

More information

Knights Ferry Elementary School District

Knights Ferry Elementary School District Knights Ferry Elementary School District REQUEST FOR PROPOSAL FOR THE IMPLEMENTATION OF ENERGY EFFICIENCY MEASURES FUNDED BY THE CLEAN ENERGY JOBS ACT - PROPOSITION 39 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE

More information

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS RFP# CAFTB REQUEST FOR PROPOSALS RFP# CAFTB25092017-01 THE CHILDREN S AID FOUNDATION OF THE DISTRICT OF THUNDER BAY WEBSITE REDESIGN/DEVELOPMENT Issue Date: 25 September 2017 Closing Date: 20 October 2017 Submit

More information

Global Partnership on Output-based Aid Grant Agreement

Global Partnership on Output-based Aid Grant Agreement Public Disclosure Authorized CONFORMED COPY GPOBA GRANT NUMBER TF096551-BD Public Disclosure Authorized Global Partnership on Output-based Aid Grant Agreement (Rural Electrification and Renewable Energy

More information

West Bengal State University

West Bengal State University West Bengal State University Berunanpukuria, Malikapur Barasat 24 North Parganas, Kolkata-700126 Phone: (033) 2524 1975/1976/1978/1979 Fax: (033) 2524 1977 NOTICE INVITING e-tender NIT No.: WBSU/ 24PNR/

More information

(A Government of India Enterprise) MSTC LIMITED

(A Government of India Enterprise) MSTC LIMITED CONSULTANCY SERVICES FOR PERSPECTIVE PLAN FOR SUSTAINABLE DEVELOPMENT ACTIVITIES TO BE UNDERTAKEN ON LONG TERM, SHORT TERM BASIS IN SYNC WITH CORPORATE BUSINESS PLAN(CODE:MSTC-SD-CP) Request for Proposal

More information

Unsolicited Proposals Guidelines. Unsolicited Proposals Guidelines

Unsolicited Proposals Guidelines. Unsolicited Proposals Guidelines Unsolicited Proposals Guidelines 1 TABLE OF CONTENTS 1. PURPOSE... 3 2. CRITERIA FOR CONSIDERATION OF AN UNSOLICITED PROPOSAL... 3 3. SIMULTANEOUS PROPOSAL... 5 4. UNACCEPTABLE UNSOLICITED PROPOSALS. 5

More information

INTERNATIONAL CENTRE OF INSECT PHYSIOLOGY AND ECOLOGY (icipe) REQUEST FOR PROPOSALS (RFP)

INTERNATIONAL CENTRE OF INSECT PHYSIOLOGY AND ECOLOGY (icipe) REQUEST FOR PROPOSALS (RFP) INTERNATIONAL CENTRE OF INSECT PHYSIOLOGY AND ECOLOGY (icipe) REQUEST FOR PROPOSALS (RFP) PROVISION OF CONSULTANCY SERVICES FOR THE PRODUCTION OF A DOCUMENTARY FOR icipe TSETSE AND TRYPANOSOMOSIS PROGRAMME

More information

REQUEST FOR PROPOSALS. SPOT CHECKS UNDER THE PROGRAMME CYCLE years Long Terms Agreement (LTA)

REQUEST FOR PROPOSALS. SPOT CHECKS UNDER THE PROGRAMME CYCLE years Long Terms Agreement (LTA) REQUEST FOR PROPOSALS SPOT CHECKS UNDER THE PROGRAMME CYCLE 2017-2021 3 years Long Terms Agreement (LTA) United Nations Development Programme August 2017 Section 1. Letter of Invitation Hanoi 25 August

More information

Request for Proposals for conducting a Business Impact Analysis to prepare Business Continuity Planning for the Headquarter in Geneva.

Request for Proposals for conducting a Business Impact Analysis to prepare Business Continuity Planning for the Headquarter in Geneva. RE: Request for Proposals for conducting a Business Impact Analysis to prepare Business Continuity Planning for the Headquarter in Geneva. Dear Sir/Madam, 1. You are requested to submit a proposal for

More information

Request for Proposal. Selection of Soft Skill Training Firms for

Request for Proposal. Selection of Soft Skill Training Firms for Request for Proposal Selection of Soft Skill Training Firms for Providing Soft Skill Training to Various Stakeholders Additional Skill Acquisition Programme RFP. NO. HEDN-364(1)/C4/2016/HEDN Date of Issue

More information

Request for Proposal. Housing Opportunity Program Development Services

Request for Proposal. Housing Opportunity Program Development Services Request for Proposal NEW JERSEY DEPARTMENT OF COMMUNITY AFFAIRS Housing Opportunity Program Development Services RFP Issued: July 6th, 2016 Proposal Deadline: July 26th, 2016 at 12:00 PM Purpose of Request

More information

All proposals must be received by August 30, 2016 at 2:00 PM EST

All proposals must be received by August 30, 2016 at 2:00 PM EST July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood

More information

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED 2018 2020 1 TABLE OF CONTENTS INTRODUCTION 3 SUBMISSION INSTRUCTIONS 3 IMPORTANT NOTES TO THE SUPPLIER..4 MANDATORY REQUIREMENTS 5 INFORMATION QUESTIONNAIRE..6

More information

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1 REQUEST FOR PROPOSALS Design-Build of General Aviation Terminal Building RFP# AIR/17-012, page 1 RFP# AIR/17-012 REQUEST FOR PROPOSALS ISSUE DATE: November 22, 2017 TITLE: DUE: Design-Build of General

More information

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL RFP No.: 01/2018-19/DSCL/Diu Particulars Authority Project Name Assignment Name Document Issue Date Document Number Details Diu Smart City Limited (DSCL),

More information

Request for Proposals

Request for Proposals Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School

More information

Le-Nor-Co Purchasing Cooperative. Joint Purchase Agreement. February 2017

Le-Nor-Co Purchasing Cooperative. Joint Purchase Agreement. February 2017 Le-Nor-Co Purchasing Cooperative Joint Purchase Agreement February 2017 Public School Districts and Career & Technical Institutes from Eastern Pennsylvania within 80 area miles of the outer city limits

More information

Trust Fund Grant Agreement

Trust Fund Grant Agreement Public Disclosure Authorized CONFORMED COPY GRANT NUMBER TF094521 GZ Public Disclosure Authorized Trust Fund Grant Agreement (Additional Financing for the Palestinian NGO-III Project) Public Disclosure

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 1 REQUEST FOR PROPOSAL FOR 3 rd Party Ambulance Billing Services PROPOSAL NO. FY2013/004 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk CITY OF GRAND BLANC REQUEST FOR PROPOSAL FOR PRE-DEMOLITION INVESTIGATION AND SURVEY OF ASBESTOS AND HAZARDOUS MATERIALS FOR THE STRUCTURE AT 113 REID ROAD, GRAND BLANC, MICHIGAN 48439 Issued: Thursday,

More information

NCC Infrastructure Holdings Limited

NCC Infrastructure Holdings Limited NCC Infrastructure Holdings Limited Request for Proposal (RfP) for formation of Joint Venture for development of coal mine & coal based pithead thermal power plant 10 th October 2011 1 NCC Infrastructure

More information

REQUEST FOR PROPOSALS (RFP) PROPOSAL SUBMISSION FORM

REQUEST FOR PROPOSALS (RFP) PROPOSAL SUBMISSION FORM G H A N A REQUEST FOR PROPOSALS (RFP) PROPOSAL SUBMISSION FORM Firm Level Consultancy Service to undertake hydrogeological investigations/identification of suitable sites for the drilling and also supervise

More information

Southern Africa Development Community Secretariat

Southern Africa Development Community Secretariat i Sourn Africa Development Community Secretariat Prequalification Document for Procurement of Technical Assistance to SADC Regional Economic Integration Support Programme (REIS) Reference Number: SADC/REIS/01/2012

More information

Directorate of AYUSH Government of Chhattisgarh Old Nurses Hostel, Near D.K.S Bhawan, Old Mantralaya Parisar Raipur

Directorate of AYUSH Government of Chhattisgarh Old Nurses Hostel, Near D.K.S Bhawan, Old Mantralaya Parisar Raipur Date of Issue: 25th April, 13 Pre-bid meeting:16th May, 13 Closing date:26th May, 13 Bid evaluation: 27th May, 13 Directorate of AYUSH Government of Chhattisgarh Old Nurses Hostel, Near D.K.S Bhawan, Old

More information

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN REQUEST FOR PROPOSAL (RFP) #1314-15 CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN Request for Proposal must be received no later than January 3, 2014 at 2:00 pm CARRI MATSUMOTO

More information

General Contractor Services - Small Projects

General Contractor Services - Small Projects Request for Proposals General Contractor Services - Small Projects Issue Date: May 7, 2018 General Contractor Services - Small Projects TABLE OF CONTENTS DEFINITIONS ------------------------------------------------------------------------------------------------------------------

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information