National Domestic Biogas and Manure Programme BMZ No.: REQUEST FOR PROPOSALS. Consulting Services for the. IDCOL Biogas Program Monitoring

Size: px
Start display at page:

Download "National Domestic Biogas and Manure Programme BMZ No.: REQUEST FOR PROPOSALS. Consulting Services for the. IDCOL Biogas Program Monitoring"

Transcription

1 German Financial Co-operation with National Domestic Biogas and Manure Programme BMZ No.: REQUEST FOR PROPOSALS (post-qualification) Consulting Services for the IDCOL Biogas Program Monitoring Infrastructure Development Company Limited (IDCOL) Dhaka September 2014

2 Letter of Invitation Infrastructure Development Company Limited (IDCOL) is seeking assistance for consulting services as required (see below). Funds have been earmarked for this project by German Financial Cooperation via. KfW Development Bank. The Project Executing Agency (PEA) is Infrastructure Development Company Limited (IDCOL) situated at Level-16, UTC Building, 8 Panthapath, Kawran Bazaar, Dhaka, Telephone No.: , Fax No.: IDCOL is a development financial institution owned by the Government of. It will be responsible for the overall supervision and coordination of the Project. The selection of the consultant will also be done by IDCOL, assisted by KfW. IDCOL is implementing a domestic biogas program in since 2006 with support from SNV-Netherlands Development organization and German Development Bank (KfW). In 2012, the World Bank also joined to support the program. The objective of the IDCOL Biogas Program is to develop and disseminate domestic biogas plants with the ultimate goal to establish a sustainable and commercial biogas sector in. At present, 24 Partner Organizations (POs) comprising NGOs, Micro finance institutes and private companies are implementing the program. More than 33,500 biogas plants have been constructed by the end of April The program is being implemented in all the districts of. With a view to addressing the technical difficulties faced by biogas customers and thereby improve the overall performance of the program, IDCOL engaged the Centre for Sustainable Environmental Sanitation (CSES) of the University of Beijing to conduct a technical audit of the IDCOL Biogas Program. The organization conducted the audit during The requested services of the consultants comprise but are not limited to the following: Conduct technical audits of the Biogas Program for the period December 2014 November, 2016 Technical and Agricultural Monitoring Financial Assessment of biogas plant systems implementation Supporting IDCOL in the implementation of the Action Plan that was developed during Biogas Audit For more details see attached ToR. The Tenderer intends to engage a consulting firm for the project. This firm shall have profound experience in biogas technology and financing and its auditing and monitoring. Only firms who meet the following general criteria are encouraged to participate: Minimum of five years of general experience in the field, Minimum of two similar assignments completed in last two years, and Yearly minimum turnover of about EUR 100,000 (BDT 10,000,000). Previous relevant experience in and/or in the region (South Asia) and a complete long- and short-term team of experts, including qualified local staff, is imperative. Knowledge of the region and in monitoring is required. The experts shall be experienced in similar works under similar conditions. Efficient management and backstopping staff shall be made available to supervise the team.

3 Qualified firms are invited to present their bids for consulting services. Consultants are free to associate themselves with other firms to ensure that all required know-how and experience are available to them. The selection will take place under Quality and Cost-based Selection (QCBS). Details of the evaluation process are outlined hereafter (see Section 2 Conditions of the Tender). The final date for submission of bids is 17:30 hrs ( Standard Time) on 26 th October, All enquiries concerning the tender shall be sent to Infrastructure Development Company Limited (IDCOL) Md. Maidul Islam Officer, Procurement Level-16, UTC Building, 8 Panthapath, Kawran Bazaar, Dhaka Telephone No.: , Fax No.: maidul@idcol.org And a copy to KfW at the following address: KfW Bankengruppe Attn.: Dr. Matthias Schmidt Dept. LEb2 Palmengartenstr Frankfurt Germany Tel Fax: Matthias.Schmidt@kfw.de After submission, no communication of any type shall be entertained until notification about the result unless called for by the PEA. Attached to this Letter of Invitation please find the following documents: Conditions of the Tender Annexures (incl. Terms of Reference; Specimen Contract V044 and the Biogas Audit are separate documents) Kindly indicate at your earliest convenience whether you intend to submit a proposal or not to the addresses above.

4 TABLE OF CONTENTS 1 Tender Procedure General Project Executing Agency Presentation of Tender Language of the Tender Submission of Tender Validity Period of Tenders Information Visit to Site and Pre-Bid Meeting Request for Additional Information Amendments to the Tender Dossier Association Contents of the tender Qualification Documents (envelope 1) Contents of the Technical Proposal (envelope 2) Financial Proposal (envelope 3) Payment Conditions Currency Taxes and Duties Price Adaptation Terms of Payment Guarantees Organisation of Services Project Duration Services Required Performance of Services Contribution of PEA Tender Evaluation General Qualification Technical Proposal Financial Proposal Final Evaluation Consulting Contract Other Unsuccessful Tenderers Cancellation of Tender Special Conditions of Tender (SCT)... 19

5 List of Annexes Annex A: Annex B: Annex C: Annex D: Annex E: Annex F: Terms of Reference Model of Presentation of CVs Staffing List Model of the Financial Proposal Standard Consulting Contract Model (V044) [Separate Document] Biogas Audit [Separate Document]

6 1 Tender Procedure Conditions of Tender 1.01 General The rules of the present post-qualification Tender follow the principles of the KfW Guidelines for the Assignment of Consultants in Financial Cooperation with Developing Countries. These Conditions of Tender contain the General Conditions (Chapter 1 including 6) and the Special Conditions of Tender (SCT) for the particular tender (Chapter 7). The Special Conditions of Tender are referred to in the text by SCT and summarised in Chapter 7. The Guidelines for the Assignment of Consultants in Financial Co-operation can be obtained from the internet at: Bank/Service/Download-Center/%C3%9Cberblickspublikationen/Richtlinien/index.html 1.02 Project Executing Agency The Project Executing Agency subsequently called PEA is indicated in the SCT Presentation of Tender The Tender shall be submitted in one package containing three clearly marked separate and sealed envelopes: one with Qualification Documents, one with "Technical Proposal" and one with Financial Proposal. The Financial Proposal shall be wax sealed and no financial information shall be contained in the Technical Proposal. The package shall display the following information: the address where Tenders have to be sent; the title of the call for Tenders as indicated in the invitation letter; the Tenderer s name; the following words clearly visible: Call for Tenders Not to be opened by the Postal Service. Only the Information about the Bidder (Qualification Documents) will be opened immediately after expiry of the deadline for submission. Bids for Services will be opened at a later date. Price Quotations remain sealed until this technical evaluation is completed and approved. The opening of the proposals and their evaluation is governed by KfW s Guidelines for the Assignment of Consultants Language of the Tender The proposals as well as all communication related to the present Tender shall be prepared in the language indicated in the SCT Submission of Tender Tenders shall be sent by courier in one (1) clearly marked and signed original and one (1) copy, or delivered in person, against confirmation of receipt, to the address indicated in the SCT. Page 6 of 32

7 The deadline for receipt of Tenders is specified in the SCT. All Tenders received after that deadline will be rejected automatically without being evaluated. One extra copy of the Tenders shall be directly forwarded to each of the addresses and at the date indicated in the SCT (PEAs) Validity Period of Tenders As stated in the SCT Information Visit to Site and Pre-Bid Meeting Tenderers are invited to carry out an information visit to the site in order to familiarise themselves with the local conditions - especially with respect to the distribution systems - relevant for the execution of the services to be provided. Interviews can be arranged with the PEAs. Tenderers shall contact the addresses indicated in the SCT in due time before the visit to announce themselves and to allow for appropriate arrangements. It is understood that all information visits to the site are at the Tenderer s own expense and risk Request for Additional Information Any question, communication or requests for additional information concerning this call for Tenders are only permitted in writing and up to three (3) weeks before the deadline for the submission of the proposals. Such requests are to be sent to the address indicated in the SCT. All bidders shall be notified in writing, simultaneously and in good time, no later than 14 calendar days prior to expiry of the deadline for submission of bids, of the Client s responses to queries raised by individual bidders prior to expiry of the deadline for submission of bids Amendments to the Tender Dossier Any change made to the Tender dossier during the Tender period by the PEA will be communicated forthwith in writing to all prospective Tenderers who have been provided with the Tender documents, together with notice of any extension of the Tender period which the PEA in accordance with KfW may consider necessary to enable Tenderers to take account of such a change Association International Consultants are requested to associate with local companies (consortium) or subcontract them. Consultants are also free to associate themselves with other firms so that all required know-how and experience are available to them. Page 7 of 32

8 2 Contents of the tender 2.1 Qualification Documents (envelope 1) Bidders must provide following information indicating that they are qualified to perform the services by submitting the following information in English language: (i) (ii) (iii) Covering Letter, comprising the firm s name, address, contact person, telephone, fax and if applicable mention the association for this project. Presentations of firm(s) (maximum 10 pages), inclusive clear statements of type, property and key task of the association, if applicable. Statements and Declarations: a) Statement on affiliations of any kind with other firms which may present a conflict of interest in providing the envisaged services. b) In case of an association Declaration(s) of association duly signed by the partners and specifying clearly the type of association and the lead firm; and intended contractual arrangement. Declaration on associated firms: In a duly signed declaration the Tenderer (in case of an association one separate declaration for each member) has to reveal any links with other firms and give a binding declaration that should he be awarded the contract the firms with which he is associated will not intend to take part in the project in any other form. c) Declaration to observe the highest standard of ethics during execution of the contract. Applicants should be aware that any fraudulent or corrupt activities disqualify them immediately from participation in the selection process and will be subject to further legal investigation. The said declaration shall be submitted and duly signed according to the form hereunder: Declaration of Undertaking We underscore the importance of a free, fair and competitive procurement process that precludes abusive practices. In this respect we have neither offered nor granted directly or indirectly any inadmissible advantages to any public servant or other person nor accepted such advantages in connection with our bid, nor will we offer or grant or accept any such incentives or conditions in the present procurement process or, in the event that we are awarded the contract, in the subsequent execution of the contract. We also declare that no conflict of interest exists in the meaning of the kind described in the pertinent Guidelines. We also underscore the importance of adhering to minimum social standards ("Core Labour Standards") in the implementation of the project. We undertake to comply with the Core Labour Standards ratified by the country of. We will inform our staff about their respective obligations and about their obligation to fulfil this declaration of undertaking and to obey the laws of the country of. We also declare that our company/all members of the consortium has/have not been included in the list of sanctions of the United Nations, nor of the EU, nor of the German Government, nor in any other list of sanctions and affirm that our company/all members of the consortium will immediately inform the client and KfW if this situation should occur at a later stage. We acknowledge that, in the event that our company (or a member of the consortium) is added to a list of sanctions that is legally binding upon the client and/or KfW, the client is enti- Page 8 of 32

9 tled to exclude our company/the consortium from the procurement procedure and, if the contract is awarded to our company/the consortium, to terminate the contract immediately if the statements made in the Declaration of Undertaking were objectively false or the reason for exclusion occurs after the Declaration of Undertaking has been issued. (Place) (Date) (Name of company) (Signature(s)) (iv) Independently certified statement of financial capacity of the lead consultant and all associated partners showing the necessary turnover of more than 0.1 m EUR (10m BDT) (Balance sheet, statement of turnover or annual tax statement or profit and loss account all of the last three years). (v) List of project references shown as below (EU-Format) covering the last 5 years (i.e. projects started 2010 onwards including ongoing) and strictly related to the envisaged services (minimum 2, maximum 5 references). Presentation of Project References Please complete a table using the format below to summarize the major relevant projects related to this project carried out in the course of the past 5 years (or ongoing) by the legal entity or entities making this application. The number of references to be provided must not exceed 5 for the entire application. Project title Ref (maximum 15) Nam Country e of legal entity Overall project value (EUR) Proportion carried out by legal entity (%) No of staff provided Name of client Origin of funding Dates (start/end) Description of project Type of services provided Name of partners if any (vi) (vii) Brief CVs (specimen see Annex B) on personnel proposed for backstopping and home office support. List of available personnel structure for the envisaged services with information about education, professional experience, regional experience, years with firm, specific project-related experience and experience in similar posts (no CVs are asked for at this stage). This list (see Annex C) shall allow a profound judgement on the consultants general ability to provide the required personnel having the specific experience for the project in case of an offer. Personal belongs to the firm or have a long cooperation gets more points. Interested consultants are requested to submit concise and clear but substantial documents and to adhere to the above structure. Non-compliance with this invitation or faulty information shall lead to non-qualification. Any surplus of information not specific to the material requested will be penalized. Page 9 of 32

10 Insertion of a register, separating the different sections of the Information about the bidder and showing pertinent headings, is welcome. 2.2 Contents of the Technical Proposal (envelope 2) The Technical Proposal shall contain, but not necessarily be limited to: a) Critical Analysis of Project Objectives and Terms of Reference (TOR) The Tenderer is explicitly encouraged to present a detailed critical analysis and the Tenderer s interpretation of the project s objectives and the TOR. This might encompass critical comments and doubts about the suitability, consistency and feasibility of individual aspects and the concept as a whole, if any. The methodology suggested must take constructive account of these. b) Proposed Concept and Methods This section will contain: Conceptual and methodological approach proposed to carry out the services. In this context, the Tenderer is explicitly encouraged not to repeat the TOR but to show the suitability of his concept in regard to the TOR and his comments made on these; A working programme (bar chart) showing clearly the different project phases as well as the main tasks planned, their duration and their interactions. The chart shall also include milestones, deadlines for discussions, decisions and submission of reports; A staffing schedule (bar chart) showing clearly times and places of effective assignment for each professional. The chart shall be completed or accompanied by a table stating the precise periods of duty for each professional by places of assignment. These periods shall be broken down to each project phase. In this table the assignment of expatriate and local staff will be treated separately. The Tenderer is encouraged to include junior staff in his team subject to appropriate guidance provided by senior professional staff and the application of adequate junior rates. If certain tasks are not exclusively performed at site, the Tenderer has to describe how the execution and co-operation between site and home office staff is assured; A statement of work organisation and an organisation chart showing the Tenderer s internal organisation as well as the interactions with the PEA and KfW as well as with other stakeholders. Responsibilities within the project team have to be defined; Envisaged back-up services by the home office for the team working locally on technical and administrative questions that could arise during project implementation as well as for the controlling and monitoring of the work; Procedures for quality control management of services (reports, documents, drawings), including those prepared by associates, sub-consultants and local partners, before submission to the PEA and KfW. Plain reference to ISO 9001 is not considered to be adequate; Planned logistics and facilities for the execution of the services. The Tenderer is invited to comment those items of the above mentioned fields that require additional explanation. The texts and information should be compiled and presented in a way that is related to the project. Tenderers shall refrain from long explanations in the style of a textbook. The presentation of diagrams, tables and graphics is preferred. c) Key Staff The Tenderer is advised to compose his team using staff proposed in his qualification documents. Page 10 of 32

11 The Tenderer shall provide a detailed description of tasks to be performed by each team member (including back-up staff in the home office) as well as details on the selection and experience of the proposed members with regard to their tasks. Furthermore, the Tenderer shall provide updated short (max. 5 pages) curricula vitae (CV) of the proposed key staff according to the model given in Annex B. Key staff should have adequate education, professional experience and experience in the region. Unless stipulated otherwise in the SCT, region includes the country and neighbouring countries with similar political, socio-economic and cultural conditions. It is particularly expected that international key staff has project- and job/post-related experience and has completed similar tasks in similar projects of similar magnitude and with international financing. The CV shall indicate whether the proposed staff member is part of the Tenderer s permanent personnel or not. Key staff presented in the Tenderer s proposal may not be replaced without the prior approval of the PEA and KfW. The Tenderer shall only replace staff with a person of equal or better qualification. d) Sub-Contractors The Tenderer will clearly specify the services to be carried out by sub-contractors other than those being part of the Consulting association. This basically includes all additional services like topographical and soil survey, drilling works, pumping tests, sampling and laboratory analyses, etc. He shall indicate the firms to whom he intends to sub-contract such services. 2.3 Financial Proposal (envelope 3) Based on the quantities of staff and other services the Tenderer shall submit a Financial Proposal. All rates will be in the currency indicated in the SCT. In case of construction supervision or training projects the Tenderer shall assume a contract period as indicated in the SCT for the purpose of a fair evaluation and comparison of the staff input and related costs. The Financial Proposal shall be on a lump-sum basis. The Financial Proposal shall contain the following information and be structured as detailed in Annex D. a) Cost of Personnel for international and local/regional staff including monthly home office rate, including salary, social charges and overhead cost, bonus, vacation and sick leave, home office cost, all medical examinations, professional training, back-up services from home office (professional, personal and administrative), cost of IT equipment, company's professional insurance, risk and profit. b) Allowance and accommodation for expatriates (hotel rent or provision of flat/house with provision of furniture and equipment through rent or purchase) and, if necessary, for local staff (per month). c) International Travel Cost contain international air fares, including complementary travel cost (e.g. transfer cost to and from airports, visa, airport tax, excess baggage and / or air freight, medical expenses, visa, etc.) as a lump sum item per round trip. air fares for inspection flights, if any d) Cost for Local Transport contain lease or rent of project vehicles or depreciation cost of vehicles owned by the Tenderer as lump sum item per month of operation (for acquisition of vehicles under the project budget and the related procedures refer to item g) hereunder); running cost of own or leased/rented vehicles as a monthly lump sum item per car including gasoline, oil, tires and other consumables, all risk insurance, maintenance and repair costs as well as costs for driver. Private use of official vehicles during off- Page 11 of 32

12 duty time (if allowed) has to be specified in the Financial Proposal and a deduction of 20 % on the running cost has to be accounted for; cost for local air, road and rail travel, if any, as a lump sum item; taxi costs for local transport demand peaks. e) Cost for the Local Project Office shall be offered as monthly lump sums, consisting of office rent; office operation cost (include cleaning, electricity, water, heating, air conditioning, insurance, telecommunication, international and local freight, etc. and all office consumables). f) Production of Reports shall be offered as lump sum item of a specific report covering costs for report production (including freight and local distribution) as specified in the TOR or in the Technical Proposal. The cost of progress photographs, whether specifically taken and used for the reports or not, are included in the relevant lump sum item as well. The lump-sum included as well the production of draft and final reports. g) Procurement of equipment: The Financial Proposal shall include procurement of all office and work equipment like vehicles (other than leased/rented or owned by the Tenderer), furniture, appliances, survey, measuring and test instruments etc., which the Tenderer deems necessary for the execution of the project and which, after termination of his services, will be handed over to the PEA taking into account normal wear and tear under the operational conditions of the project. h) Miscellaneous cost includes all expenses that might not be covered by the above categories. These costs should be expressed as lump sum items (preferably). The following examples may fall under miscellaneous cost: additional services acquisition of town maps, aerial photographs, satellite images; rental of Project equipment (e.g. for geophysical surveys); topographical and soil surveys for sites; workshop/factory inspection cost; study tours for counterpart personnel; preparation and management of workshops and seminars; training measures through third parties; other budgets/provisional sums for various items, services or other expenses as already indicated in the model of statement of costs if any. No other cost items except those stated above will be accepted in the Financial Proposal and considered for payment. If the Tenderer regards an important cost component not covered by the above instructions, he may ask permission to include such item. Such a request shall reach the PEA and KfW not later than three weeks before submission date. The result will be communicated as a circular letter to all Tenderers. Unless otherwise stated in the SCT no taxes have to be indicated in the Financial Proposal. Page 12 of 32

13 3 Payment Conditions 3.1 Currency All payments will be made in the currency (currencies) indicated in the SCT. 3.2 Taxes and Duties The Tenderer shall prepare his offer under the assumption that he and his foreign staff shall be exempted from all taxes, duties, levies and other charges as stipulated in the Standard Consulting contract of KfW. 3.3 Price Adaptation Unless otherwise indicated in the SCT all unit and lump sum rates presented in the Financial Proposal, shall be considered fixed for a period of two (2) years. For services beyond that date, price adjustment will be accepted applying the following escalation formula: Pn = Po * ( * In / Io) Pn = new revised price Po = original price In = new index of the month the respective services are rendered Io = original index of the month the validity expires Price adjustment will be calculated using the index stipulated in the SCT. 3.4 Terms of Payment The Tenderer shall assume for the preparation of his Financial Proposal that payments will be made in the following sequence: Advance Payment: Interim Payments: Final Payment: After signature of the contracts the Consultant may claim a 15% of the total sum of both contracts together as advance payment, payable as stipulated in the SCT. The Consultant shall be entitled to receive interim payments which shall be paid as follows: - 20% after submission of inception report & acceptance by IDCOL and KfW - 25% after submission of the draft report for phase 1 & acceptance by IDCOL and KfW - 20% after submission of the draft report for phase 2 & acceptance by IDCOL and KfW. Balance of 20% after submission of the final combined report and acceptance by IDCOL and KfW as well as completion of Tasks 3.2 and 3.3 in Annex A Terms of Reference. All invoices for interim and final payments including the corresponding reports have to be approved by the PEA and KfW. If the Tenderer requests changes in the disbursement schedule, he has to justify such a request adequately in his Proposal. The final payment procedures will be defined during the contract negotiations. 3.5 Guarantees Neither a tender guarantee nor a performance guarantee is required. Page 13 of 32

14 4 Organisation of Services 4.1 Project Duration The duration of the project from commencement of services until presentation of the draft final report is indicated in the SCT. Approval periods for review and comments by PEA and KfW are indicated in the SCT. These are included in the project completion period. 4.2 Services Required The services must in all respect satisfy the requirements laid down in the Terms of Reference (TOR) given in Annex A which will be part of the Consulting Contract. The preparation of the Tenderer s proposal includes a critical verification of these services and, if necessary, their completion or modification according to the Tenderer s own assessment of the local situation and his professional experience in order to achieve the set project objectives. In this context, the local standards and laws will be respected. 4.3 Performance of Services The Consultant shall coordinate all his activities with the project directors designated by the PEA. All official communications to the PEA concerning the project are to be addressed simultaneously to KfW. Unless stipulated otherwise in the SCT the Consultant will render his services in the project country. He will integrate the staff of the PEA as much as possible in his daily work in order to ensure a maximum of know-how transfer. In case services are to be performed outside the project country, the Tenderer shall submit detailed proposals in his technical offer. 4.4 Contribution of PEA The Tenderer will take into account in his financial proposal that the PEA will provide the Tenderer with all the available information, documents, maps, aerial photographs, etc. in his possession and necessary for the completion of his services, free of charge, for the duration of the project; ensure that the Tenderer has all the necessary permits to obtain further documents, maps and aerial photographs; support the Tenderer in obtaining all the necessary working permits, residence permits and import licences; bear all taxes and other public charges accruing to the Consultant within the country of assignment in connection with the conclusion and execution of this agreement; In order to successfully carry out his tasks, the PEA will ensure that the consultant will be authorised to participate in all meetings related to the execution of the project. He shall have full access to all relevant documents, minutes, accounts, etc. provide other contributions as stipulated in the SCT. Page 14 of 32

15 5 Tender Evaluation 5.1 General The selection of the Consulting firm for the execution of services will be made in accordance with the latest KfW s "Guidelines for the Assignment of Consultants". 5.2 Qualification The evaluation procedure for the qualification process will follow the latest version of the KfW Guidelines for Assignment of Consultants in Financial Co-operation Projects. Only financially capable firms which have submitted the necessary statements (see 2.1 (iii and iv) above: statements and declarations) satisfying the set conditions will be evaluated. Specific evaluation criteria and their individual weight are presented in the following table: Criteria Maximum Score 1. Evidence of relevant experience gained by consultants during the past seven years (experience of the firm) 1.1 Experience in handling similar projects (monitoring of biogas programmes) 1.2 Experience under various working-conditions in developing countries 1.3 Experience with working-conditions in the country or region (South Asia; i.e. Afghanistan, Bhutan, India, Nepal, Pakistan, and Sri Lanka) preferably in the same sector. 2. Suitability for this specific project (experience of the available experts) 2.1 Assessment of available technical expertise specific to this project (refer to the listed key personnel). 2.2 Assessment of the personnel structure in regard to the tasks expected (additional personnel). 2.3 Assessment of the key personnel in permanent employment and always available to monitor the team and provide back-up services from the home office. 2.4 Form of the application documents: Are they complete, concise and related to the project? Total 100 Only companies having reached a minimum of 70 points will be eligible for further evaluation; firms not qualified will be informed accordingly. If more than five Bidders achieve that total, the five with the highest number of points will be post-selected. The PEAs is not bound to select any consultant. The preparation and the submission of the qualification document is the responsibility of the applicant and no relief or consideration can be given for errors and omissions. After opening the qualification documents until preparation of the short-list of the qualified consultants, no communication of any type shall be entertained unless called for by KfW. Page 15 of 32

16 5.3 Technical Proposal The envelopes containing the price quotations will remain sealed, and will only be opened with KfW s approval for those bidders who have achieved at least 70% of the points to be awarded in the assessment of the qualification documents and are among the five selected bidders with the highest number of points. Financial Proposals remain sealed until the technical evaluation is completed. The quality of each technical proposal will be evaluated on a scale of 0 to 100 points, according to the criteria given in the SCT, which will be examined in accordance with the requirements as indicated in the Terms of Reference. If there are minor omissions in relation to the ToR, points will be deducted. Omissions that considerably restrict comparison with other bids can cause the bidder to be excluded. Tenders are also rejected if the declarations required in Article 2.1 have not been submitted. 5.4 Financial Proposal After evaluation of the Technical Proposal, the Financial Proposals of those Tenderers will be opened whose technical Proposal achieved a minimum score of 75 points. Optional offers of services will only be included in the assessment of price quotations if all bidders were requested to submit such offers in accordance with the terms of the invitation to tender. Any items missing in individual offers will be added. This will be done on the basis of the most expensive unit price of all tenders. If foreign and local currencies are accepted (see SCT) local costs will be converted to Euro at the exchange rate of the submission date and that total cost will be used for the financial evaluation. 5.5 Final Evaluation For the purpose of a combined evaluation the Technical Proposal of a Tenderer will be weighted 70% as follows: P T = 70 * T/To, with P T = attributed score for Technical Proposal, T = Tenderer's score in the technical evaluation, To = highest 'technical' score of all Tenderers. The Financial Proposal of a Tenderer will be weighted 30% as follows: P F = 30 * Co/C, with P F = attributed score for the Financial Proposal (points), C = Tenderer's corrected price of the Financial Proposal, Co = lowest corrected Financial Proposal. The total score of the Tender is P = P F + P T. Generally, the combined evaluation will be made without optional costs. The Tenderer who submitted the proposal with the highest combined score, will be invited for contract negotiations. Page 16 of 32

17 5.6 Consulting Contract The bid for services, as well as the financial proposal, on which the decision to award the contract was based, is an essential part of the consulting contract, with any additions or amendments resulting from the contract negotiations. Fees and unit rates that were taken into account in evaluating the price quotation are, in principle, not subject to negotiation. The draft contract shall be prepared according to the model contract form in Annex E (Separate Document) provided by KfW which standardises the contents and formal requirements for consulting contracts, and which should be used wherever possible. The contract with the selected Tenderer will come into force upon signing by the PEA and the Tenderer, having obtained No Objection from KfW. Page 17 of 32

18 6 Other 6.1 Unsuccessful Tenderers After the evaluation of the Technical Proposals, Tenderers that have not achieved the minimum required score will be notified in writing. Their Financial Proposals will be returned unopened. After the successful Tenderer has been notified of the Award of Contract, the remaining Tenderers will be informed in writing that their proposal remained unsuccessful. 6.2 Cancellation of Tender The tender procedure may be cancelled, prior to awarding the Contract, without thereby incurring any liability to the Tenderers, and notwithstanding the stage in the procedures leading to the conclusion of the Contract, if there was no adequate competition; none of the bids for services achieved the required minimum number of points; fundamental technical or financial aspects on which the invitation to tender was based have changed significantly prior to award of the contract; or the price quotations are obviously and clearly excessive. In that case the alternative is either to hold a new tender procedure, with or without prequalification, or to commence negotiations on the price with the bidder who came first. In the event of cancellation of the Tender procedure, Tenderers shall be notified thereof by KfW. Such Tenderers shall not be entitled to compensation. Page 18 of 32

19 7 Special Conditions of Tender (SCT) GCT 1.02 GCT 1.04 GCT 1.05 Infrastructure Development Company Limited (IDCOL) The language of the proposal and of all communication is English unless otherwise stated in the letter of invitation. The proposal (one original and one copy) shall be sent to the following address or handed over before the date and time indicated in the invitation letter or in the advertisement Infrastructure Development Company Limited (IDCOL) Md. Maidul Islam Officer, Procurement Level-16, UTC Building, 8 Panthapath, Kawran Bazaar, Dhaka Telephone No.: , Fax No.: With a copy to Kreditanstalt für Wiederaufbau Attn: Dr. Matthias Schmidt Dept. LEb2 Palmengartenstrasse Frankfurt, Germany One extra copy shall be sent to the following address or handed over: KfW Office Dhaka Mr. Tazmilur Rahman Road 90, House 10/C Gulshan 2 Dhaka The decisive date and place for submission of proposals (deadline) is 17:30 hrs Dhaka time on 26 th October, 2014 at IDCOL s address. The copies to KfW shall reach their destinations on the same calendar day. GCT 1.06 GCT 1.07 GCT 1.08 The period of validity of the Tenders counted from the deadline for receipt of Tenders is 180 days. No site visit is foreseen Requests for additional information shall be sent to the following addresses: Infrastructure Development Company Limited (IDCOL) Md. Maidul Islam Officer, Procurement Level-16, UTC Building, 8 Panthapath, Page 19 of 32

20 Kawran Bazaar, Dhaka Telephone No.: , Fax No.: with copy to: Kreditanstalt für Wiederaufbau Attn: Dr. Matthias Schmidt, Abt. LEb5 Palmengartenstrasse Frankfurt, Germany All cost for obtaining information/data and preparation/submission of the tender document, meetings, negotiations, etc. in relation with the tender shall be borne by the consultants. At any time, PEA either at its own initiative or in response to clarifications requested by an interested consultant may clarify this invitation. Such information shall be sent in writing by facsimile or to all parties, which have informed PEA about their participation. GCT 2.01 GCT 3.01 GCT 3.03 GCT 3.04 GCT 3.04 GCT 4.1 GCT4.1 GCT 4.4 GCT 5.2 Regional countries are Afghanistan, Bhutan, India, Nepal, Pakistan, Sri Lanka. The currency of the proposal shall be EURO (EUR) For price adjustments of foreign currency costs the index of the living costs in Germany (Fachserie 17: Verbraucherpreisindex) as published in the latest version at the date of adjustment by the German Federal Statistics Office (Statistisches Bundesamt) will be used. Only applicable if project duration > 2 years. The advance payment is due within 30 days upon entry into effect of the contracts, against presentation of an invoice. All payments to the Consultant shall follow the Direct Disbursement Procedure (KfW to Consultant). The project duration from the date of commencement of services is expected to be approximately 24 months. The approval period for documents and reports shall be two (2) weeks. The PEA will provide office space as required for the consultant. The consultants bid for services must show that the Terms of Reference and their objective have been fully understood and that the methods and resources proposed are suitable and will be employed appropriately to fulfil the tasks required. In drawing up the bid for services, the applicants shall observe the Terms of Reference, any particular requirements in the Request for Proposals and the assessment criteria as shown in the table below. In assessing the Bid for Services (Technical Proposal) value will be attached to brief and precise statements. The texts and information should be compiled and presented in a way that is related to the project. Tenderers shall refrain from long explanations in textbook style. The documents should be complete, clear, and arranged in a well-readable manner. The presentation should include diagrams, tables and graphics as far as possible. The technical evaluation will be made using the following criteria and maximum points: Page 20 of 32

21 1. Concept and methodology Clarity and completeness of the tender Critical analysis of the project objectives and the TOR Proposed concepts and methods (15 of 40 points) and for Project of Work (05) Staffing Schedule (10) Monitoring and coordination mechanisms (05) Completeness and appropriateness of proposed team (05) 2. Qualifications of proposed staff Biogas technology and program expert (TL) Civil engineer Environmental sanitation expert Agricultural biogas and slurry expert Institutional and socio-economic expert 09 Total (maximum) GCT 5.4 The currency shall be Euros only. Page 21 of 32

22 ANNEXURE Annex A - Terms of Reference National Domestic Biogas and Manure Programme BMZ No.: Tender for Consulting Services for the IDCOL Biogas Program Monitoring Infrastructure Development Company Limited Dhaka 1. OBJECTIVES OF THE PROJECT / BACKGROUND Infrastructure Development Company Limited (IDCOL) is seeking assistance for consulting services as required (see below). Funds have been earmarked for this project by German Financial Cooperation via. KfW Development Bank. IDCOL is implementing a domestic biogas program in since 2006 with support from SNV-Netherlands Development organization and German Development Bank (KfW). In 2012, the World Bank also joined to support the program. The objective of the IDCOL Biogas Program is to develop and disseminate domestic biogas plants with the ultimate goal to establish a sustainable and commercial biogas sector in. At present, 24 Partner Organizations (POs) comprising NGOs, Micro finance institutes and private companies are implementing the program. More than 33,500 biogas plants have been constructed by the end of April The program is being implemented in all the districts of. The Project Executing Agency (PEA) is the Infrastructure Development Company Limited (IDCOL) situated at Level-16, UTC Building, 8 Panthapath, Kawran Bazaar, Dhaka, Telephone No.: , Fax No.: IDCOL is a development financial institution owned by the Government of. It will be responsible for the overall supervision and coordination of the Project. With a view to addressing the technical difficulties faced by biogas customers and thereby improve the overall performance of the program, IDCOL engaged the Centre for Sustainable Environmental Sanitation (CSES) of the University of Beijing to conduct a technical audit of the IDCOL Biogas Program. The organization conducted the audit during For a summary, see table below: Page 22 of 32

23 Action Plan Outline as developed in Biogas Audit SCOPE OF WORK The services shall address but are not limited to the following key areas: The requested services of the consultants comprise but are not limited to the following: Conduct technical audits of the Biogas Program for the period December 2014 November, 2016 Technical and Agricultural Monitoring Financial Assessment of biogas plant systems implementation Supporting IDCOL in the implementation of the Action Plan that was developed during Biogas Audit For more details see chapter below. 3. TASKS OF THE CONSULTANT The tasks listed hereunder may not be comprehensive but the Consultant is expected to perform at least the following services / Scope of work Page 23 of 32

24 3.1 Technical and Agricultural Monitoring Prepare monitoring questionnaires for (i) Quality Check and (ii) Plant Performance Analysis and (iii) POs performance audit based on the Biogas Audit [Annex F, Separate Document]. Prepare a standardized documentation system for the key results related to the IDCOL improved plant completion report database. Technical analysis and monitoring of regionally randomly sampled household sized biogas plants, built at least by 3 Partner Organizations (POs), per quarter (1) at least 25 plants, considering 64 districts during 8 quarter periods; technical analysis and monitoring of these plants will refer to compliance with technical and agricultural specifications of components and appliances, and installation as set by the Technical Biogas Committee of IDCOL. Quarterly inspection and performance analysis of at least 15 newly built biogas plant systems during their first year of operation of at least 3 POs. The sample rate over all POs is based on their yearly-announced targeted installation rate, and in equal geographical distribution in at least 2 of the 7 divisions of. Quality inspection and performance analysis of at least 25 biogas plant systems after at least 3 years of operation, randomly sampled in the same districts as per activity (b), of at least 3 POs per quarter. Total number of inspected biogas plant systems should be at least 260 in each phase from at least 6 POs; in total at least 520 biogas plant systems in 24 months. Preparation of quarterly statistical evaluations of repair work and faults over the entire monitoring period, and as reported by the visited owner and user families. 3.2 Financial Assessment of biogas plant systems implementation Evaluation of the implementation of the loan and subsidy scheme compared to the annual planned construction figures at annually visited 6 Lending and Construction Partner Branch offices (LCPOs). Documentation of the observed and reported collection and payment procedures of the field monitored LCPOs, and their customer relations. Annually one (In phase 1, Grameen Shakti and in phase 2, RSF, two of the biggest POs in terms of installation performance) audit of loan, subsidy and pre-/post-payment money flow between all actors for the selected LCPO. 3.3 Support to IDCOL Support IDCOL in the implementation of the Action Plan developed during Biogas Audit Detailed initial financial and operational planning (delivered within the first quarterly report), and one participatory annual re-planning of the Action Plan to be provided for implementation decisions to IDCOL (see table in Ch. 1 above) Training of IDCOL s quality inspectors during field missions for technical and agricultural monitoring in all aspects of household biogas technology, specifically bio-slurry storage, preparation and application; convenient siting of a biogas plant in the family farm; quality con- Page 24 of 32

25 trol and plant completion counter-checks and performance tests; feedback to the supervisors, plant constructors and designers to improve their tasks; improve plant construction safety and biogas use safety. Training of IDCOL and LCPO staff in socio-economic topics, gender-specific approaches, and methodologies for awareness creation and social marketing as well as in market oriented sustainable business development strategies. Support to the strategic program development to make it fit for a massive dissemination of smallest appropriate household biogas systems, considering design improvements, introduction of prefabricated biogas plants, diversification of biogas appliance models, private sector development, value chain development; enhanced owner and user training; 3.4 Monitoring Report The team will prepare an inception report 6 weeks after commencement of services and separate reports for both phases. Draft final reports will be submitted to IDCOL 12 months after commencement of services, respectively and final reports two months later, respectively. A combined final report will be submitted one month after the final report for phase 2 has been accepted. Three quarterly reports for both 1st phase and 2nd phase on technical, agricultural, social and financial issues, due one month after the end of each quarter, are to be prepared in each phase for the first three quarters. The report of the fourth quarter of each phase will be submitted as part of the annual report, which combines the findings of all quarterly reports. 3.5 Work schedule The team leader will further develop and submit the detailed work schedule as submitted in the winning bid in consultation with IDCOL after preparation of the inception report. 4. CONSULTANT PROFILE The consultant is expected to set up a team with profound experience in biogas technology and financing and its auditing and monitoring. Only firms who meet the following general criteria are encouraged to participate: Minimum of five years of general experience in the field, Minimum of two similar assignments completed in last two years, and Yearly minimum turnover of about EUR 100,000 (BDT 10,000,000). Previous relevant experience in and/or in the region (South Asia) and a complete long- and short-term team of experts, including qualified local staff, is imperative. Knowledge of the region and in monitoring is required. The experts shall be experienced in similar works under similar conditions. Efficient management and backstopping staff shall be made available to supervise the team. The consultant team must have the capability to provide essential parts of their work in Bengali language. General project management and backstopping capabilities are taken for granted. Page 25 of 32

Invitation for Expression of Interest. Programme Renewable Energy for Productive Use (PUREP), Phase I

Invitation for Expression of Interest. Programme Renewable Energy for Productive Use (PUREP), Phase I German Financial Cooperation with Bangladesh Consulting Services for the Energy Sector Bangladesh Invitation for Expression of Interest For the Programme Renewable Energy for Productive Use (PUREP), Phase

More information

Final. Technical Assistance of Solar PV Project Pipeline in India

Final. Technical Assistance of Solar PV Project Pipeline in India German Financial Cooperation with India Final INVITATION FOR EXPRESSION OF INTEREST Consulting Services for Technical Assistance of Solar PV Project Pipeline in India KfW on behalf, of Indian Renewable

More information

Deadline: 21 November :00h Philippine Standard Time

Deadline: 21 November :00h Philippine Standard Time Small Grants Programme by the ASEAN Centre for Biodiversity(ACB): Third Party Service Provider for Small Grant Preparation and Implementation in Indonesia Deadline: 21 November 2017 17:00h Philippine Standard

More information

Invitation for Expression of Interest. Consulting services. for the. Drought Resilience Programme in Northern Kenya (DRPNK)

Invitation for Expression of Interest. Consulting services. for the. Drought Resilience Programme in Northern Kenya (DRPNK) German Financial Cooperation with the Republic of Kenya Invitation for Expression of Interest Consulting services for the Drought Resilience Programme in Northern Kenya (DRPNK) BMZ Project Numbers 2012

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

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

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

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

Grant Agreement. The. - hereinafter referred to as "the Recipient" and

Grant Agreement. The. - hereinafter referred to as the Recipient and The - hereinafter referred to as "the Recipient" and Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH Dag-Hammarskjöld-Weg 1-5 65760 Eschborn Federal Republic of Germany - hereinafter

More information

Republic of Latvia. Cabinet Regulation No. 50 Adopted 19 January 2016

Republic of Latvia. Cabinet Regulation No. 50 Adopted 19 January 2016 Republic of Latvia Cabinet Regulation No. 50 Adopted 19 January 2016 Regulations Regarding Implementation of Activity 1.1.1.2 Post-doctoral Research Aid of the Specific Aid Objective 1.1.1 To increase

More information

Grant Agreement. The. - hereinafter referred to as "the Recipient" and

Grant Agreement. The. - hereinafter referred to as the Recipient and The - hereinafter referred to as "the Recipient" and Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH Dag-Hammarskjöld-Weg 1-5 65760 Eschborn Federal Republic of Germany - hereinafter

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

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) 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

Open call for proposals VP/2004/021. Initiatives to promote gender equality between women and men, including activities concerning migrant women

Open call for proposals VP/2004/021. Initiatives to promote gender equality between women and men, including activities concerning migrant women EUROPEAN COMMISSION EMPLOYMENT, SOCIAL AFFAIRS AND EQUAL OPPORTUNITIES DG Horizontal and international issues Equality for Women and Men Open call for proposals VP/2004/021 Initiatives to promote gender

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

CARIBBEAN DEVELOPMENT BANK PROCEDURES FOR THE SELECTION AND ENGAGEMENT OF CONSULTANTS BY RECIPIENTS OF CDB FINANCING

CARIBBEAN DEVELOPMENT BANK PROCEDURES FOR THE SELECTION AND ENGAGEMENT OF CONSULTANTS BY RECIPIENTS OF CDB FINANCING CARIBBEAN DEVELOPMENT BANK PROCEDURES FOR THE SELECTION AND ENGAGEMENT OF CONSULTANTS BY RECIPIENTS OF CDB FINANCING P.O. Box 408, Wildey, St. Michael BB11000 Barbados, West Indies Telex: WB 2287 Tel:

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

GRANT APPLICATION FORM 1

GRANT APPLICATION FORM 1 No of proposal: MOVE/C4/SUB/01-2012/.. (for Commission use only) GRANT APPLICATION FORM 1 Road Safety and young road users (a) Project identification Full title Acronym (20 characters max.) (b) Organisation

More information

SEAI Research Development and Demonstration Funding Programme Budget Policy. Version: February 2018

SEAI Research Development and Demonstration Funding Programme Budget Policy. Version: February 2018 SEAI Research Development and Demonstration Funding Programme Budget Policy Version: February 2018 Contents Introduction... 2 Eligible costs... 2 Budget Categories... 3 Staff... 3 Materials... 3 Equipment...

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

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

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 (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

Policy Rules for the ORIO Grant Facility

Policy Rules for the ORIO Grant Facility Policy Rules for the ORIO Grant Facility Policy Rules grant facility ORIO 2012 1. What is ORIO?... 3 2. Definitions... 3 3. The role of infrastructure... 4 4. Implementation... 5 5. Target group... 5 6.

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

PROCUREMENT PLAN. Date of First Procurement Plan: 17 May 2012 Date of this Procurement Plan: 21 September 2012

PROCUREMENT PLAN. Date of First Procurement Plan: 17 May 2012 Date of this Procurement Plan: 21 September 2012 PROCUREMENT PLAN APPENDIX 4 Basic Data Project Name: Ho Chi Minh City Urban Mass Rapid Transit Line 2 Investment Program tranche 2 Country: Viet Nam Executing Agency: HCMC Peoples Committee (HCMC PC).

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

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

ITALIAN EGYPTIAN DEBT FOR DEVELOPMENT SWAP PROGRAMME PHASE 3

ITALIAN EGYPTIAN DEBT FOR DEVELOPMENT SWAP PROGRAMME PHASE 3 Ambasciata d Italia Il Cairo Ministry of International Cooperation ITALIAN EGYPTIAN DEBT FOR DEVELOPMENT SWAP PROGRAMME PHASE 3 Civil Society Component CALL FOR PROPOSALS Projects implemented by Egyptian

More information

Answers to questions following the call for tender for a Fund Operator for the EEA and Norway Grants Global Fund for Regional Cooperation

Answers to questions following the call for tender for a Fund Operator for the EEA and Norway Grants Global Fund for Regional Cooperation Answers to questions following the call for tender for a Fund Operator for the EEA and Norway Grants Global Fund for Regional Cooperation Question 1: Does re-granting experience refer to direct experience

More information

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

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

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS Invitatio n of s 42.-(1) The procuring entity shall invite proposals from five to ten qualified and experienced consultants, and through a suitable

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

Appendix 3 to AO/1-7094/12/NL/CO Page 1

Appendix 3 to AO/1-7094/12/NL/CO Page 1 Page 1 NOTE THE BIDDERS ATTENTION IS DRAWN TO THE FACT THAT THE GENERAL TENDER CONDITION PUBLISHED ON EMITS ARE NOT APPLICABLE TO THE PRESENT INVITATION TO TENDER. THE ONLY APPLICABLE TENDER CONDITIONS

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Bid Reference Unit Name IVB/DO Purpose of the RFP: Competitive bidding process for Graphic Designer to support the World Health Organization (WHO), Department of Immunization,

More information

2011 Call for proposals Non-State Actors in Development. Delegation of the European Union to Russia

2011 Call for proposals Non-State Actors in Development. Delegation of the European Union to Russia 2011 Call for proposals Non-State Actors in Development Delegation of the European Union to Russia Generally: to promote inclusive and empowered society in partner countries by supporting actions of local

More information

General Procurement Requirements

General Procurement Requirements Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines

More information

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2 Universal Service Fund (A company setup under Section 42 of the Companies Ordinance 1984) Request for Submission of Proposals (RFP) For Establishment of Computer Labs in Government Girl s Institutions

More information

REQUEST FOR PROPOSAL (RFP) AUDIT SERVICES. Ref: RFP/

REQUEST FOR PROPOSAL (RFP) AUDIT SERVICES. Ref: RFP/ REQUEST FOR PROPOSAL (RFP) AUDIT SERVICES Ref: RFP/2018-01 Section 1 Letter of invitation January 26, 2018 Dear Sir/Madam, The Economy and Environment Partnership for Southeast Asia (EEPSEA) kindly invites

More information

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization

More information

GENERAL TENDER CONDITIONS

GENERAL TENDER CONDITIONS GENERAL TENDER CONDITIONS F4E_D_27E7D9 v 2.2 Page 1 of 15 TABLE OF CONTENTS 1. Introduction... 3 2. Procurement rules... 3 3. Procurement procedures... 4 4. Compliance with requirements... 5 4.1. Completeness

More information

Heritage Grants - Receiving a grant. Mentoring and monitoring; Permission to Start; and Grant payment

Heritage Grants - Receiving a grant. Mentoring and monitoring; Permission to Start; and Grant payment Heritage Grants - Receiving a grant Mentoring and monitoring; Permission to Start; and September 2017 1 Introduction... 2 Filling in forms... 2 Before Starting... 2 Reporting on progress... 3 Mentoring

More information

Education, Audiovisual and Culture Executive Agency GRANT DECISION FOR AN ACTION. Decision Nr

Education, Audiovisual and Culture Executive Agency GRANT DECISION FOR AN ACTION. Decision Nr Education, Audiovisual and Culture Executive Agency Creative Europe: Culture GRANT DECISION FOR AN ACTION Decision Nr of the Education, Audiovisual and Culture Executive Agency on the award of a grant

More information

General Conditions for Grants to Development Research Supported through Denmark s International Development Cooperation

General Conditions for Grants to Development Research Supported through Denmark s International Development Cooperation Danida Fellowship Centre December 2012 General Conditions for Grants to Development Research Supported through Denmark s International Development Cooperation Contents: 1. Introduction... 4 2. Anti-corruption

More information

Incentive Guidelines Innovative Start-ups Scheme

Incentive Guidelines Innovative Start-ups Scheme Incentive Guidelines Innovative Start-ups Scheme Issue Date: 6 th May 2010 Updated: 10 th April 2014 Version: 1.2 http://support.maltaenterprise.com CONTENTS 1. Introduction 4 2. Eligibility 5 3. Incentive

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

Procurement of Services

Procurement of Services AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Standard Bidding Documents Procurement of Services HIRING OF A SECURITY COMPANY TO SECURE THE PREMISES OF THE AFRICAN UNION CONTINENTAL LOGISTICS

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

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

Incentive Guidelines Research and Development - Tax Credits INDUSTRIAL RESEARCH PROJECTS; EXPERIMENTAL DEVELOPMENT PROJECTS; INTELLECTUAL PROPERTY

Incentive Guidelines Research and Development - Tax Credits INDUSTRIAL RESEARCH PROJECTS; EXPERIMENTAL DEVELOPMENT PROJECTS; INTELLECTUAL PROPERTY Incentive Guidelines Research and Development - Tax Credits INDUSTRIAL RESEARCH PROJECTS; EXPERIMENTAL DEVELOPMENT PROJECTS; INTELLECTUAL PROPERTY RIGHTS COSTS (FOR SMALL AND MEDIUM-SIZED ENTERPRISES).

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

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design

More information

The District is looking for the architectural firm to provide the following (not listed in order of preference):

The District is looking for the architectural firm to provide the following (not listed in order of preference): Weber Mosquito Abatement District Ryan J. Arkoudas, Director 505 West 12 th Street, Ogden, Utah 84404 Office (801) 392-1630 Fax (801)393-9399 www.webermosquito.com REQUEST FOR PROPOSAL FOR ARCHITECTURAL

More information

Terms of Reference AUDIT OF SOLAR HOME SYSTEMS PROJECT. The assignment is to engage an auditor for the following.

Terms of Reference AUDIT OF SOLAR HOME SYSTEMS PROJECT. The assignment is to engage an auditor for the following. Note: Bank solar home systems projects receiving grant funds from the Global Environment Facility (GEF) are normally required to have their records and accounts audited by an independent entity each fiscal

More information

Call for proposals DG EAC/21/06

Call for proposals DG EAC/21/06 Call for proposals DG EAC/21/06 AWARD OF GRANTS FOR ACTIVITIES (CONFERENCES/SEMINARS) TO EXPLOIT AND DISSEMINATE THE RESULTS OF LEONARDO DA VINCI PROJECTS 1. Background The Leonardo da Vinci (LdV) programme

More information

Guide for Applicants. COSME calls for proposals 2017

Guide for Applicants. COSME calls for proposals 2017 Guide for Applicants COSME calls for proposals 2017 Version 1.0 May 2017 CONTENTS I. Introduction... 3 II. Preparation of the proposal... 3 II.1 Relevant documents... 3 II.2 Participants... 3 Consortium

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS April 2018 Capital Pool Feasibility Study and Business Plan Request for Proposals For the development of a business plan to raise capital for debt financing. Statement of Request

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 Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

APPLICATION MANUAL MINISTRY OF REGIONAL DEVELOPMENT AND PUBLIC WORKS. PHARE National Programme 2004 III part

APPLICATION MANUAL MINISTRY OF REGIONAL DEVELOPMENT AND PUBLIC WORKS. PHARE National Programme 2004 III part CONTRACTING AUTHORITY: MINISTRY OF REGIONAL DEVELOPMENT AND PUBLIC WORKS PHARE National Programme 2004 III part APPLICATION MANUAL Conditions and procedures for Bulgarian partners participating within

More information

REQUEST FOR PROPOSAL Digital Archiving Project

REQUEST FOR PROPOSAL Digital Archiving Project REQUEST FOR PROPOSAL Digital Archiving Project Table of Contents 1.0 INTRODUCTION... 1 2.0 ELIGIBILITY TO TENDER... 1 3.0 TIME SCALE... 2 4.0 OBJECTIVES AND TERMS OF REFERENCE... 2 4.1 ALL BIDDERS... 3

More information

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services

More information

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority

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

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services Eastern Sierra Transit Authority (ESTA) Request for Proposal for: Financial Audit Services Due Date: June 23, 2015 at 4:00 pm to the attention of: Jill Batchelder Transit Analyst Eastern Sierra Transit

More information

General Terms and Conditions

General Terms and Conditions General Terms and Conditions ARTICLE 1: GENERAL 1. Definitions In these General Terms and Conditions unless the context otherwise requires: a. Agreement means any agreement entered into by the EAIE with

More information

Request for Quotes (RFQ) for Quality Assurance & Quality Control Services for Photogrammetric Base Map Update

Request for Quotes (RFQ) for Quality Assurance & Quality Control Services for Photogrammetric Base Map Update . GIS Manager 305 Michaelian Office Building White Plains, NY 10601 Request for Quotes (RFQ) for Quality Assurance & Quality Control Services for Photogrammetric Base Map Update Westchester County, New

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

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 Proposal; Stockpile Tire Cleanup. Issued by Ontario Tire Stewardship

Request For Proposal; Stockpile Tire Cleanup. Issued by Ontario Tire Stewardship Request For Proposal; Stockpile Tire Cleanup Issued by Ontario Tire Stewardship RFP Overview Ontario Tire Stewardship (OTS) has issued this Request for Proposal ( RFP ) with the sole purpose and intent

More information

ICTpsp I C T P O L I C Y S U P P O R T P R O G R A M M E. CIP ICT PSP Pilots A, Pilots B, Thematic Networks, Best Practice Networks, PPI Pilots

ICTpsp I C T P O L I C Y S U P P O R T P R O G R A M M E. CIP ICT PSP Pilots A, Pilots B, Thematic Networks, Best Practice Networks, PPI Pilots DG COMMUNICATIONS NETWORKS, CONTENT & TECHNOLOGY ICT Policy Support Programme Competitiveness and Innovation Framework Programme ICTpsp I C T P O L I C Y S U P P O R T P R O G R A M M E Guidance Notes

More information

and Commission on the amended Energy Efficiency Directive and Renewable Energies Directives. Page 1

and Commission on the amended Energy Efficiency Directive and Renewable Energies Directives. Page 1 Information on financing of projects under the framework of the European Climate Initiative of the German Federal Ministry for the Environment, Nature Conservation, Building and Nuclear Safety (BMUB) Last

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

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO DEVELOP AN INTEGRATED REGIONAL WATER MANAGEMENT PLAN UNDER THE DIRECTION OF THE NORTHERN SACRAMENTO VALLEY INTEGRATED

More information

Call for Proposals Guidelines for the Programme: Wehubit BEL

Call for Proposals Guidelines for the Programme: Wehubit BEL Contracting authority: Enabel Call for Proposals Guidelines for the Programme: Wehubit BEL1707111 Call for Proposals on Women and Young people s Rights, Inclusion and Empowerment Reference: BEL1707111-AP-01

More information

NHS ENGLAND INVITATION TO TENDER STAGE TWO ITT NHS GENOMIC MEDICINE CENTRE SELECTION - WAVE 1

NHS ENGLAND INVITATION TO TENDER STAGE TWO ITT NHS GENOMIC MEDICINE CENTRE SELECTION - WAVE 1 NHS ENGLAND INVITATION TO TENDER STAGE TWO ITT NHS GENOMIC MEDICINE CENTRE SELECTION - WAVE 1 2 NHS England - Invitation to Tender Stage Two ITT: NHS Genomic Medicine Centre Selection - Wave 1 Version

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) Date: 30 May 2011 Dear Sir/Madam, Subject: Request for Proposal for Construction Supervision Services of Proposed Renovation of Laboratorium Tuberculosis in RSUP H. Adam Malik

More information

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016 RFP #0516-3 Request for Proposal Grant Writing Services Date: May 11, 2016 Proposals must be submitted by 3:00 PM: June 10, 2016 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019 WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:

More information

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E) REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E) Hinsdale County School District RE-1 PO Box 39 614 N. Silver St. Lake City, CO 81235 (970) 944-2314 PROPOSAL DUE DATE/DELIVERY REQUIREMENTS-

More information

CONTRACT SPECIFICATION

CONTRACT SPECIFICATION SERVICE PROCUREMENT NOTICE Contract title: Multiple Framework contract to recruit short-term services in the exclusive interest of third countries benefiting from European Union external aid. Location

More information

Incentive Guidelines Business START

Incentive Guidelines Business START Incentive Guidelines Business START Issue Date: 1 st June 2015 Update: 1 st July 2016 Version: 3 http://support.maltaenterprise.com Malta Enterprise staff may support interested applicants to understand

More information

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES Town of Derry, NH Office of the Finance Department Susan A. Hickey Chief Financial Officer susanhickey@derrynh.org REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES The Town of Derry, New

More information

Trust Fund Grant Agreement

Trust Fund Grant Agreement Public Disclosure Authorized CONFORMED COPY GRANT NUMBER TF057872-GZ Public Disclosure Authorized Trust Fund Grant Agreement (Palestinian NGO-III Project) Public Disclosure Authorized between INTERNATIONAL

More information

Guide for Writing a Full Proposal

Guide for Writing a Full Proposal Guide for Writing a Full Proposal Life Sciences Call 2018 March 2018 Vienna Science and Technology Fund (WWTF) Schlickgasse 3/12 1090 Vienna, Austria T: +43 (0) 1 4023143-0 Johanna Trupke (johanna.trupke@wwtf.at)

More information

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES September 22,2016 Mammoth Unified School District 461 Sierra Park Road/PO Box 3509, Mammoth Lakes,

More information

Model Agreement between Lead Partners and partners of an INTERREG IVC project (Partnership Agreement) 1

Model Agreement between Lead Partners and partners of an INTERREG IVC project (Partnership Agreement) 1 Model Agreement between Lead Partners and partners of an INTERREG IVC project (Partnership Agreement) 1 Having regard to Council Regulation (EC) No 1080/2006 of 5 July 2006, amended by Regulation (EC)

More information

FREQUENTLY ASKED QUESTIONS (FAQ)

FREQUENTLY ASKED QUESTIONS (FAQ) FREQUENTLY ASKED QUESTIONS (FAQ) FOR GLOBAL CALLS FOR PROPOSALS UNDER THE THEMATIC PROGRAMMES DISCLAIMER This document is intended as useful information for applicants. Given varying call requirements

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

CALL FOR PROPOSALS LOCAL INITIATIVES ON INTER-MUNICIPAL COOPERATION IN MOLDOVA

CALL FOR PROPOSALS LOCAL INITIATIVES ON INTER-MUNICIPAL COOPERATION IN MOLDOVA CALL FOR PROPOSALS LOCAL INITIATIVES ON INTER-MUNICIPAL COOPERATION IN MOLDOVA European Union/Council of Europe Programmatic Cooperation Framework (PCF) for Armenia, Azerbaijan, Georgia, Moldova, Ukraine

More information

Incentive Guidelines. ERDF Research and Development Grant Scheme

Incentive Guidelines. ERDF Research and Development Grant Scheme Incentive Guidelines ERDF Research and Development Grant Scheme Issue Date: 3 rd February 2012 Version: 4.0 www.20millionforindustry.com http://support.maltaenterprise.com Contents 1. Introduction 2 1.1

More information

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com December 1, 2016 CTNext, LLC is seeking proposals from qualified independent higher education institutions, policy institutes, or research organizations to conduct certain analyses of innovation and entrepreneurship

More information

Chapter Two STATE FUNCTIONS FOR ENERGY EFFICIENCY PROMOTION Section I Governing Bodies

Chapter Two STATE FUNCTIONS FOR ENERGY EFFICIENCY PROMOTION Section I Governing Bodies Energy Efficiency Act Promulgated, SG No. 98/14.11.2008, effective 14.11.2008, supplemented, SG No. 6/23.01.2009, effective 1.05.2009, amended, SG No. 19/13.03.2009, effective 10.04.2009, supplemented,

More information

STANDARD OPERATING PROCEDURES & TERMS AND CONDITIONS

STANDARD OPERATING PROCEDURES & TERMS AND CONDITIONS STANDARD OPERATING PROCEDURES & TERMS AND CONDITIONS 1 2 3 4 5 Introduction The British Society for Antimicrobial Chemotherapy is a registered charity, founded in 1971. Its aim is to facilitate the acquisition

More information

MINISTRY OF SCIENCE, TECHNOLOGY AND INNOVATION, MALAYSIA PRE COMMERCIALISATION FUND (TECHNOFUND) GUIDELINES FOR APPLICANTS (10 March 2011)

MINISTRY OF SCIENCE, TECHNOLOGY AND INNOVATION, MALAYSIA PRE COMMERCIALISATION FUND (TECHNOFUND) GUIDELINES FOR APPLICANTS (10 March 2011) MINISTRY OF SCIENCE, TECHNOLOGY AND INNOVATION, MALAYSIA PRE COMMERCIALISATION FUND (TECHNOFUND) GUIDELINES FOR APPLICANTS (10 March 2011) Pre Commercialisation Fund (TechnoFund) Secretariat, Fund Section,

More information

Incentive Guidelines Network Support Scheme (Assistance for collaboration)

Incentive Guidelines Network Support Scheme (Assistance for collaboration) Incentive Guidelines Network Support Scheme (Assistance for collaboration) Issue Date: 5th April 2011 Version: 1.4 Updated: 20 th March 2014 http://support.maltaenterprise.com Contents Incentive Guidelines

More information