PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY
|
|
- Gladys Waters
- 8 years ago
- Views:
Transcription
1 PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY REPORT ON THE APPLICATION FOR ADMINISTRATIVE REVIEW BY M/S ABB LIMITED IN RESPECT OF THE PROCUREMENT OF LUZIRA 33/11kV SUBSTATION CIVIL AND ELECTRICAL WORKS ENTITY: UGANDA INVESTMENT AUTHORITY (UIA) APPLICANT: M/S ABB LIMITED JUNE 2010 Page 1 of 16
2 TABLE OF CONTENTS ACRONYMS 3 10 BACKGROUND 4 20 LEGAL PROVISIONS APPLICABLE 9 30 METHODOLOGY 9 40 PPDA FINDINGS ON GROUNDS RAISED 10 The switchboard /Switchgear offer 13 The switchboard offered by the BEB 205kV, not 33kV OBSERVATIONS CONCLUSION DECISION OF THE AUTHORITY CORRECTIVE MEASURES 18 LIST OF ANNEXES Annex 1: Addendum Number 1 Annex 2: Application to the Accounting Officer Annex 3: Response from the Accounting Officer to the Application Annex 4: Annex 5: ABB Application to the Authority Negotiation Page 2 of 16
3 ACRONYMS AAR - Application for Administrative Review AO - Accounting Officer BEB - Best Evaluated Bidder CC Contracts Committee EC - Evaluation Committee GIS - Gas Insulated Substations HPDU - Head Procurement and Disposal Unit ITB - Instructions to Bidders kv - Kilovolts MAC - Management Advisory Committee PDE - Procuring and Disposing Entity PDU - Procurement and Disposal Unit PPDA - Public Procurement and Disposal of Public Assets Authority PPDA Act - Public Procurement and Disposal of Public Assets Act PPDA Regs - Public Procurement and Disposal of Public Assets Regulations SF 6 UIA Sulfur Hexa Fluoride Uganda Investment Authority Page 3 of 16
4 10 BACKGROUND 11 Uganda Investment Authority in the bid notice dated June invited bids for the construction of 33/11kV substation civil and electrical works in Luzira industrial park 12 Four addenda were issued, the first two were on extension of bid submission dates, the third on changes in the design and scope of works and the fourth on changes in the switch gear and charter substation 13 A pre-bid meeting was held at UIA Boardroom on 12 th January 2010 and recorded on PP Form 33 including the site inspection 14 Issuance of solicitation documents was recorded on PP Form 30 and the record indicates that 16 providers were issued with the bids 15 Receipt of bids closed on 24 th February 2010 at 11:00am and the closing was witnessed by the HPDU and secretary CC as per the record on PP Form 34 Only six (6) bidders returned the bids 16 Bid opening was held publicly on 24 th February 2010 at 11:05 am at UIA Boardroom and the attendance was recorded using PP Form On the 25 th February 2010, the Contracts Committee approved the following evaluation team: i) Mr Dennis Tumusiime Chairperson/ UIA ii) Mr Mweru Michael Member/ UEDCL iii) Mr Mugabira Michael Member/ UIA Page 4 of 16
5 iv) Mr Serwaadda Isaac Member/ UMEME v) Mr Hilgard Nei Consultant /Advisor vi) Ms Mutenyo Agatha Member/ UIA vii) Mr Hamza Galiwango Member/ UIA 18 Out of the 6 firms that submitted bids, only 2 firms M/s ABB Limited and M/s Chint Electric Company Ltd reached the financial evaluation stage All the 6 passed the preliminary evaluation Four firms M/s Spencon Services Ltd, International Energy Technic, Patronics Services (U) Ltd and Priority Electrical Engineering Ltd were disqualified at technical evaluation stage hence could not proceed to the financial evaluation stage 19 The Evaluation report signed by all the members recommended M/s Chint Electric Company Ltd as the Best Evaluated Bidder at a total contract price of Shs 1,217,593,428 and USD 1,453,720, both figures totalling to equivalent of Ug Shs 4,038,748,739 ABB Limited was the second ranked bidder at Shs 4,407,803, The Evaluation report was approved by the Contracts Committee on 29 th March 2010 and authorised the Evaluation Committee members to undertake postqualification of M/s Chint Electric Company Ltd 111 On 9 th April 2010 a request for client references was sent to three companies in China on projects that M/s Chint Electric Company Ltd had implemented 112 The post qualification evaluation report signed by all the members on 19 th April 2010 recommended M/s Chint Electric Company Ltd for award of the contract at a total contract price of Shs 1,217,593,428 and USD 1,453,720 taxes inclusive Page 5 of 16
6 113 A Negotiation plan was proposed by the Chairman of the Evaluation Committee, Mr Dennis Tumusiime on 19 th April Seven (7) members of the negotiation committee were nominated by HPDU Mr Michael Mugabira on 20th April On 21 st April 2010, the Contracts Committee approved the post qualification report and awarded the tender for construction of Luzira 22/11kV substation Civil and Electrical Works to M/s Chint Electric Co Ltd at a cost of Shs 1,217,593,428 and USD 1,453, The Entity issued a notice of the Best Evaluated Bidder dated 21 st April 2010 with removal date of 7 th May 2010 The BEB notice was copied to other bidders and all acknowledged receipt 117 In a letter dated 22 nd April 2010, M/s ABB requested for an Administrative Review to the Accounting Officer The complainant alleged that Addendum 1 of 2 nd February 2010 (Annex 1) amended the specification of the switchboard as follows the 11kV switchboards shall be indoor, air insulated and the 33kV switchboards shall be SF 6 insulated That the above mentioned amendment called for bidders to specifically offer GIS switchgear on 33kV, and hence a bidder that did not satisfactorily demonstrate that their offer consists of GIS switchgear on 33kV should have been disqualified That ABB was aware that M/s Chint Electric Co Ltd does not manufacture GIS switchgear in the 33kV range The complainant wanted to know who the manufacturer for the 33kV GIS offered by M/s Chint Electric Co Ltd was, the country of manufacturer and the model, type and designation offered by M/s Chint Electric Co Ltd (Annex 2) Page 6 of 16
7 118 The Accounting Officer, UIA in a letter dated 30 th April 2010 responded to the Appeal for Administrative Review However, she did not indicate whether the Application by M/s ABB was rejected or upheld but implied that the process would continue for negotiations with M/s Chint Electric Co Ltd The Accounting Officer s response did not specifically address the issue of the 33kV switchboards to be GIS switchgear The Accounting Officer attached an appendix showing specific areas where the complainant s bid was non-responsive and the response of M/s Chint Electric Co Ltd the Best Evaluated Bidder (Annex 3) 119 In a letter dated 3 rd May 2010 received by the Authority on 4 th May 2010, M/s ABB applied for Administrative Review to the Authority against the decision of the Accounting Officer, UIA arguing that the UIA s response did not address issues raised by the complainant (Annex 4) 120 On 7 th May 2010, the Authority directed the Entity to suspend the procurement process and submit the procurement action file to the Authority for an independent review 121 On 12 th May 2010, the Authority received further clarification dated 11 th May 2010 from M/s ABB on their application in response to PPDA s request for information from the bidders 122 On 13 th May 2010, the Accounting Officer submitted to the Authority the procurement action file 123 On 14 th May 2010, in compliance with Regulation 347 (4) (c) of the PPDA Regulations, the Authority sent communication to all the other bidders who participated in this tender informing them of the Application for the Page 7 of 16
8 Administrative Review and requesting them to submit any relevant information they might have on the procurement M/s Chint and M/s ABB submitted representations to the Authority 20 LEGAL PROVISIONS APPLICABLE 21 The Public Procurement and Disposal of Public Assets Act No 1 of The Public Procurement and Disposal of Public Assets Regulations No 70 of The Public Procurement and Disposal of Public Assets procurement Guidelines 30 METHODOLOGY In investigating the Application for Administrative Review the Authority adopted the following methodology: 31 An analysis of the following documents: a A copy of invitation to bidders b Bid document c Record of bid opening d Minutes of the pre-bid meeting e Bid proposals submitted by all bidders f The evaluation report g Minutes of the Evaluation Committee h Negotiation plan i Decisions of the Contracts Committee j Notice of the Best Evaluated Bidder k Decision of the Accounting Officer to M/s ABB application for Administrative Review l Submissions of the parties at the Administrative Review Hearing: Page 8 of 16
9 i M/s Chint Electric Company Limited m Any other correspondences on the procurement action file 32 PPDA convened an Administrative Review Hearing with the two parties: UIA and Ms ABB Limited on 21 st May 2010 to present their respective cases 33 Technical consultation was sought on 24 th May 2010 with M/s Power Networks (U) Ltd, Engineers and Management Consultants to understand the technical terminologies contained in the appeal, the bid document and the technical offers submitted by the bidders 40 FINDINGS OF THE AUTHORITY ON GROUNDS RAISED BY THE APPLICANT In the Application for Administrative Review to the Authority dated 3 rd May 2010 and further clarification dated 11 th May 2010, M/s ABB stated that: UIA asked for GIS on 33kV From the information in tables filled in and the extracts of tender evaluation, UIA seem to be waiving this requirement during the evaluation In this case the evaluation is not comparing like with like, because there is a fundamental price difference between the two technologies If this requirement is waived, then a chance should be given to all bidders to offer non-gis technology Further clarification dated 11 th May 2010, M/s ABB stated that, during the tendering process, UIA issued an addendum dated 2 nd February 2010, stating Page 9 of 16
10 among other items, 11kV switchboards shall be indoor, air insulated and the 33kV switchboards shall be SF 6 insulated Specifically, M/s ABB Limited pointed out the following issues in the application to the Authority as were contained in the UIA administrative review response: a Performance versus detailed required compliance specification: The complainant stated that the evaluation seems to confuse SF 6 insulated switchgear (GIS) and the SF 6 breaker That the Chint Switchgear is not SF6 insulated ( Gas-Insulated), that is why it is withdrawable and equipped with an SF 6 breaker Further more, from the documents attached by UIA in the response, that it also clear that the voltage offered by Chint is 205kV, which does not conform to 33 kv, which is required b Submission of Brochures As UIA have stated in their response, submission of brochures was optional, as stated in the tender document, and we have no comment on the issue c Negotiation issues identified If you refer to the tender document, section 43, subsection3; the document gives the tender the option of either submitting test certificates with the tender document, or testing the equipment and submitting test certificates on manufacture d Conflict of interest As stated in our tender submission, we are committed to the highest standards of good business ethics, which ABB and ourselves subscribe to Page 10 of 16
11 At the hearing of 21 st May 2010, M/s ABB Limited clarified that their only ground of appeal is on the technical specifications which is covered under (a) above Therefore, this administrative review report does not address b-d issues that came up at the point of response by the Accounting Officer 41 Ground of appeal: That the requirement for GIS was of material importance for the specification on the 33kV; and that from the response of UIA, it is clear that Chint did not offer GIS That it is also clear that Chint s voltage for the 33kV switchgear is 205kV, which is also a material deviation The information given by M/s Chint Electric Co Ltd under item 2 (33kV Switchgear), sub-item 14 (model and type designation), where Chint offered KYN gives all information to the evaluation team to render the bidder non-responsive, on the basis of offering non-gis technology, and 205 kv instead of 33kV Findings of the Authority: In order for the Authority to establish whether there is merit in the complaint of the applicant, the Authority analysed the bid document with its Addendum 1, the evaluation report and submissions by M/s Chint Electric Co Ltd and UIA s procurement action file The Authority has made findings on the allegations of the switchgear breaches on principle requirements of 33kV as follows: Ground 1(a): The 33 kv switchboard /Switchgear offered by the best evaluated bidder (M/s Chint Electric Co Ltd) is not SF6 (Gas Insulated), a non- GIS Technology Ground 1(b): The switchboard offered by the best evaluated bidder (M/s Chint Electric Co Ltd) is 205kV, instead of 33kV Page 11 of 16
12 Ground 1(a): Whether the 33 kv switchboard /Switchgear offered by the best evaluated bidder (M/s Chint Electric Co Ltd) is not SF 6 (Gas Insulated), a non- GIS Technology The Addendum number 1 amending the bid document required clause 35 of page 4-25 to delete the switch board shall be indoor air insulated and replace with The 11kV switchboard shall be indoor air insulated and the 33kV switchboard shall be SF 6 insulated The Authority has established that SF 6 is the type of gas commonly used in switchgears, and UIA in amending clause 35 of the bidding document, bidders were required to offer a 33kV switchgear that is SF 6 insulated instead of airinsulated that they had initially required before the Addendum M/s Chint Electric Ltd technical data sheet did not indicate anywhere that they are offering SF 6 switchgear but rather indicated an offer of a SF 6 circuit breaker A circuit breaker is a component in the switchgear The Authority established from the negotiation plan (Annex 5) that it was noted that whereas the bidder (M/s Chint) indicated in the technical data sheets their compliance to the requirement of the 33kV switchboards shall be SF 6 insulated, the brochures they submitted of 33kV switchboards were not conforming to SF 6 specifications which was contradictory The negotiation parameters were to seek clarification from the Provider (M/s Chint Electric Co Ltd) to confirm their commitment to the requirement that the 33kV switchboard shall be SF 6 insulated and that the 33kV circuit breaker shall be of the SF 6 type From the above statement, the Authority concludes that UIA was aware that the BEB- M/s Chint Electric Co Ltd did not meet the requirement of SF 6 switchgear but the evaluation Page 12 of 16
13 team was silent on the switchgear s non-compliance by M/s Chint Electric Co Ltd s bid The entity s response during the administration review at entity level was that the requirement for SF 6 is item number 121 and offers from M/s ABB Limited were of Vacuum/VD4 while M/s Chint Electric Co Ltd offers were of SF 6 The Authority reviewed technical data sheets and established that 121 was on the circuit-breaker insulation which is one of the components under item number 2, the 33kV switchgear Indeed item 121, which is the circuit-breaker, UIA specified SF 6 but the addendum was on both items 2, the 33kV switchgear which shall be SF 6 (Sulphur HexaFlouride) insulated and 121, the 33kV circuit breaker which shall be SF 6 Insulated On this matter of circuit breaker versus the switchgear, the Authority s finding is that the complaint is on item 2, the switchgear but not on item 121, the circuit breaker Authority s decision on ground 1 (a) of application: The Authority finds merit in the ground of application based on the fact that M/s Chint Electric Co Ltd did not comply with the requirement of offering 33kV switchgear SF 6 Insulated The ground is therefore upheld Ground 1(b): Whether the switchboard offered by the best evaluated bidder (M/s Chint) is 205kV, instead of 33kV This ground was not originally addressed to the Accounting Officer, UIA but was raised when the complainant applied to the Authority, as a result of the response from the Accounting Officer The Authority established that in the Accounting Officer s response to the administrative review, she annexed the technical data sheet of Chint Electric Page 13 of 16
14 Company Limited of model and type designation of the Switchgear as KYN61-205, where 205 means rated voltage The Authority established from the technical data sheet submitted by M/s Chint page 6, item 14 the model and type designation of the Switchgear as KYN61-205, where 205 means rated voltage (kv) The same data sheet page 6, item 21 indicate rated voltage as 36kV Also M/s Chint s bid contained a brochure which indicates switchgear as KYN (Z) Metalclad movable AC switchgear, where 405 indicate rated voltage The Authority established that M/s Chint s technical bid has three contradicting figures on rated voltage ie 205 kv, 36 kv and 405 kv The evaluation team rated the bidder, M/s M/s Chint Electric Co Ltd compliant However, the Authority concludes that since there were three contradicting units of voltage rating in the same bid, the entity should have sought clarification from the bidder since a rated voltage lower than 33kV would not conform to the 33kV switchgear Authority s decision on ground 1(b) of application: The Authority finds merit in the ground of application based on the fact that M/s Chint Electric Co Ltd bid contained three contradicting figures on rated voltage and one of them 205 kv would not conform with the 33kV switchgear The ground is therefore upheld Page 14 of 16
15 50 OBSERVATIONS 51 Procedure adopted for negotiations The Authority has noted that negotiations are not held, though it was recommended in the evaluation report The negations plan was also developed However, the entity erred to issue the notice of best evaluated bidder before the negotiations were concluded PPDA Reg 223 (1) provides that a PDU shall submit a recommendation for award of a contract to the Contracts Committee after completion of the evaluation process and any post-qualification and negotiation process PPDA Reg 224(1) states that a PDE shall within five (5) days of the decision of the Contracts Committee to award a contract, display a notice of best evaluated bidder The Authority therefore finds that posting of the Best Evaluated Bidder Notice was pre mature since negotiations had not been conducted 52 Efficiency and Economy The Authority held technical consultation with M/s Power Networks (U) Ltd, Engineers and Management Consultants who indicated that the technology required by UIA of switchgear that is SF 6 insulated and circuit breaker that is SF 6 insulated for a low voltage 33kV power station is rather expensive and does not promote principles of efficiency and economy Page 15 of 16
16 60 CONCLUSION The Authority concludes as follows: (a) M/s Chint Electric Co Ltd did not comply with the requirement of offering 33kV switchgear SF 6 Insulated as required by Addendum number 1 of the bidding document (b) M/s Chint Electric Co Ltd bid contained three contradicting figures on rated voltage and one of them 205 kv would not conform with the 33kV switchgear that was required by the Entity 70 DECISION OF THE AUTHORITY In accordance with Section 91 (4) of the PPDA Act and PPDA Regulation 347, the decision of the Authority is that the application of Administrative Review by M/s ABB Limited is upheld The decision of the Authority is based on the findings of the Authority in 40 above Accordingly the Accounting Officer is required to- Re-Evaluate all the six (6) bids that were received using a different independent evaluation team taking into consideration the requirements of the bid document including all the addenda to the bidding document issued to bidders Cancel the Notice of the best evaluated bidder as was displayed and issued to bidders on 21 st April 2010 Inform all bidders of the cancellation of the Notice of the best evaluated bidder Re-fund the Administrative Review fee of Shs 1,000,000 to M/s ABB Limited in accordance with PPDA Guideline No 6 of 2003 Page 16 of 16
PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY
PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY REPORT ON THE APPLICATION FOR ADMINISTRATIVE REVIEW IN RESPECT TO THE TENDER BY RURAL ELECTRIFICATION AGENCY FOR THE CONSTRUCTION OF 33KV MEDIUM
More informationPUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY
PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY APPLICATION FOR ADMINISTRATIVE REVIEW IN RESPECT TO THE TENDER FOR COMPREHENSIVE INSURANCE FOR VEHICLES ENTITY: UGANDA BUREAU OF STATISTICS COMPLAINANT:
More informationProcedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14
Procedures for Tenders and Contracts October 2014 Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Huon Valley Council Procedures for Tenders and Contracts October 2014
More informationPUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY
PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY INVESTIGATION REPORT INTO VIOLATION OF PPDA REGULATIONS AT OUR LADY OF GOOD COUNSEL SECONDARY SCHOOL - GAYAZA ENTITY: OUR LADY OF GOOD COUNSEL
More informationSupplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
More informationNorth American Development Bank. Bid Evaluation Procedures
North American Development Bank Bid Evaluation Procedures BID EVALUATION PROCEDURES TABLE OF CONTENTS The Bidding Process Introduction Preliminary Actions and General Concerns Contract data sheet Responsible
More informationINDEPENDENT REVIEW PANEL
Decision No. 11/08 INDEPENDENT REVIEW PANEL In the matter of: Metex Trading Co. Ltd v/s (Applicant) Central Water Authority (Cause No. 17/08/IRP) (Respondent) Decision A. Background The Central Procurement
More informationINVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The
More informationwww.portsmouth.gov.uk Part 3D - Officers' Employment Procedure Rules 1
Part 3D - Officers' Employment Procedure Rules 1 These rules determine procedures to be followed in the recruitment of senior officers of the council and in any disciplinary action which may become necessary
More informationInternational Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014
More informationPrequalification Document for Procurement of Works
STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement
More informationSTATUTORY INSTRUMENTS 2012 No. _
STATUTORY INSTRUMENTS 2012 No. _ THE ELECTRONIC SIGNATURES REGULATIONS 2012 ARRANGEMENT OF REGULATIONS Regulation PART I-PRELIMINARY 1. Title. 2. Interpretation PART II - LICENSING AND RECOGNITION OF CERTIFICATION
More informationPurchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
More informationContents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006
PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring
More informationUNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: ucsnbidresponse@unocharterschools.org All communications should be addressed
More informationTENDER NO. REA/2014-2015/NT/060
REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES
More informationState Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
More informationSTATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
More informationPolicy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement
Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following
More informationCHAPTER 11 APPEALS AND DISPUTES
CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public
More informationCopyright Government of Botswana
CHAPTER 42:08 - PUBLIC PROCUREMENT AND ASSET DISPOSAL: SUBSIDIARY LEGISLATION INDEX TO SUBSIDIARY LEGISLATION Public Procurement and Asset Disposal (Independent Complaints Review Committee) Regulations
More informationTERMS & CONDITIONS FOR THE REPAIR AND MAINTENANCE CONTRACT
1. Tenders are invited from the firm, duly registered with the Income Tax & Sales Tax Departments. Tender will be made according to PPRA Rules 2014. 2. Firm will submit profile of infrastructure, workshop
More informationGEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES
GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS Perley Elementary School Roof Replacement Project DESIGN SERVICES The Georgetown School Committee seeks proposals for Design Services in connection with
More informationGALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
More informationInvitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy
More informationTABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2
TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...
More informationRequest for Proposal Permitting Software
Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction
More informationNATIONAL TREASURY Republic of South Africa December 2003
NATIONAL TREASURY Republic of South Africa December 2003 REGULATIONS IN TERMS OF THE PUBLIC FINANCE MANAGEMENT ACT, 1999: FRAMEWORK FOR SUPPLY CHAIN MANAGEMENT AS PUBLISHED IN GAZETTE NO. 25767 DATED 5
More informationRequest for Proposal Business & Financial Services Department
Nnmnnnnnnnnnnnnnnnnnn Request for Proposal Business & Financial Services Department Contract 4656P Consulting Services - Network Engineering 1. Introduction The City of Richmond (the City ) proposes to
More informationSECTION 6: RFQ Process, Terms and Conditions
SECTION 6: RFQ Process, Terms and Conditions Note to suppliers and Respondents In managing this procurement the Buyer will endeavour to act fairly and reasonably in all of its dealings with interested
More informationThe practice and procedure governing hearings pursuant to this Part shall be made by a Policy.
Universal Market Integrity Rules Rules & Policies 10.8 Practice and Procedure The practice and procedure governing hearings pursuant to this Part shall be made by a Policy. POLICY 10.8 - PRACTICE AND PROCEDURE
More informationNorth American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services
North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)
More informationTOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
More informationEskom Holdings SOC Ltd s Standard Conditions of Tender
1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.
More informationPOSITION 1 PROCUREMENT SPECIALIST. Location: Entebbe Uganda. Reports: The Project Manager/Coordinator
MINISTRY OF AGRICULTURE, ANIMAL INDUSTRY AND FISHERIES REGIONAL PASTORAL LIVELIHOODS RESILIENCE PROJECT PROCUREMENT OF TIME BASED PROCUREMENT SPECIALIST AND CIVIL ENGINEER FOR THE NATIONAL PROJECT COORDINATION
More informationPark Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
More informationSUPERIOR COURT OF CALIFORNIA
SUPERIOR COURT OF CALIFORNIA COUNTY OF LOS ANGELES REQUEST FOR QUOTE (RFQ) FOR LUMENSION PATCH MANAGEMENT SOFTWARE LICENSE RENEWAL SERVICES RFQ NUMBER 2014-PR35074294 Table of Contents SECTION TITLE PAGE
More informationRULES OF PRACTICE AND PROCEDURE. August 20, 2015
RULES OF PRACTICE AND PROCEDURE August 20, 2015 INDEX PART 1 INTRODUCTION... 1 PART 2 GENERAL RULES... 2 Rule 1 How the Rules are Applied... 2 Applying the Rules... 2 Conflict with the Act... 2 Rule 2
More informationREQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
More informationPrequalification Process Making every dollar count
Central Tenders Committee (CTC) Prequalification Process Making every dollar count Central Tenders Committee (CTC) Prequalification Process Prequalification Prequalification is a process used to ensure
More informationWEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)
WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,
More informationSTANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement
More informationBILL NO. 28. An Act to Amend the Public Health Act
2nd SESSION, 60th GENERAL ASSEMBLY Province of Prince Edward Island 48 ELIZABETH II, 1999 BILL NO. 28 An Act to Amend the Public Health Act Hon. Mildred A. Dover Minister of Health and Social Services
More informationSTANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)
STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority
More informationPART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.
More informationHandbook No. 7460.8 REV 2 CHAPTER 6. SEALED BIDS
CHAPTER 6. SEALED BIDS Handbook No. 7460.8 REV 2 6.1 General For all PHA contracting requirements above the small purchase threshold, competitive procurements are conducted by inviting sealed bids or by
More information香 港 特 別 行 政 區 政 府. The Government of the Hong Kong Special Administrative Region. Development Bureau Technical Circular (Works) No.
政 府 總 部 發 展 局 工 務 科 香 港 特 別 行 政 區 政 府 The Government of the Hong Kong Special Administrative Region Works Branch Development Bureau Government Secretariat 香 港 添 馬 添 美 道 2 號 政 府 總 部 西 翼 1 8 樓 18/F, West
More informationREQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project
REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon
More informationTENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:
More informationTHE TOWN OF NORTH SMITHFIELD
THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR
More informationNorth American Development Bank. Model Prequalification Document: Prequalification of Contractors
North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried
More informationPublished Call for Quotations QMFA 080/2015
QMFA 080/2015 Page 1 of 6 16 th October, 2015 Published Call for Quotations QMFA 080/2015 CLOSING DATE: Friday 30 th October, 2015 at 10:00 hours The Ministry for Foreign Affairs needs the following item/s:
More informationFinal Report Bid Evaluation and Selection Process For Wind-Generated Electricity Hydro-Quebec Distribution Call For Tenders Process.
Final Report Bid Evaluation and Selection Process For Wind-Generated Electricity Hydro-Quebec Distribution Call For Tenders Process March, 2005 Prepared by Merrimack Energy Group, Inc. Merrimack M Energy
More informationREQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES
Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS, B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Sealed proposals submitted
More informationStandard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Authority. Accra, Ghana
STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Authority Accra, Ghana 1 Preface Procurement under projects financed from the Public Funds
More informationCITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
More informationTENDER NO. BOZ/CTC/ICT/02/2009
Bank of Zambia Bidding Documents TENDER NO. BOZ/CTC/ICT/02/2009 TENDER FOR THE SUPPLY, DELIVERY AND INSTALLATION OF A SERVICE DESK MANAGEMENT SYSTEM MAY, 2009 Source of Funds Bank of Zambia Bank Square
More informationSTANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)
STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION
More informationPREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)
PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,
More informationBid closing date December 21, 2013
REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission
More informationAnglo American Procurement Solutions Site
Anglo American Procurement Solutions Site Event Terms and Conditions Anglo American Procurement Solutions Site Event Terms and Conditions Event Terms and Conditions 3 1. Defined terms 3 2. Interpretation
More informationDELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)
DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Supply, Installation, Testing and Commissioning of VRV/VRF type HVAC System for the office of CPM-5 at Dhaula
More informationIEC and IEEE Standards for High-Voltage Switchgear and Controlgear Present Situation and Future Evolution
IEC and IEEE Standards for High-Voltage Switchgear and Controlgear Present Situation and Future Evolution Denis Dufournet Chairman IEC TC 17 & SC17A Fellow IEEE Senior Expert Areva T&D Mumbai, January,
More informationREPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017
REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY
More informationNOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE
NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE THIS PROJECT IS FUNDED UNDER AN AGREEMENT WITH THE STATE OF TENNESSEE Proposal Due Date/Time October 31, 2014
More informationMANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY15-804-64
FY15-804-64 MANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY15-804-64 FY15-804-64 Invitation to Propose 2 Part 1 - Instructions to Proposers 1.1. Receipt
More informationDevelopment of application Software for Election Commission
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages
More informationAnnex I. RFP Instructions to Proposers TABLE OF CONTENTS
Annex I RFP Instructions to Proposers TABLE OF CONTENTS 1. INTRODUCTION... 3 1.1 General... 3 1.2 Eligible Proposers... 4 1.3 Cost of Proposal... 6 2. SOLICITATION DOCUMENTS... 6 2.1 Contents of Sollicitation
More informationINTER-PARLIAMENTARY UNION
INTER-PARLIAMENTARY UNION 5, CHEMIN DU POMMIER CASE POSTALE 330 1218 LE GRAND-SACONNEX / GENÈVE (SUISSE) TELEPHONE (41.22) 919 41 50 - FAX (41.22) 919 41 60 - E-MAIL postbox@mail.ipu.org TELEGRAPHIC ADDRESS
More informationQUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI
TM REF: RD171/13 TM Quotation 142/13 QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI Date Published: 18 th October 2013 Closing Date: 29 th October 2013 at 10:00am CET
More informationShawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
More informationBidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100
1. Preparation of Bid Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100 a. Bid Documents. Each Bidder must prepare its Bid in ink on forms furnished
More informationSTANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM TENDER NO.KRA/HQS/NCB-005/2015-2016 RESERVED FOR WOMEN OWNED ENTERPRISES
More informationBANK OF UGANDA REPUBLIC OF UGANDA
BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: info@bou.or.ug
More informationREQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY
REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY Required for use by: Illinois International Port District (IIPD)
More informationRequest for Proposal. Study: Site Plan Approval Process in Ontario. This Request for Proposal Closes at 16:00:00 EST on Monday, November 5, 2012
Request for Proposal Study: Site Plan Approval Process in Ontario This Request for Proposal Closes at 16:00:00 EST on Monday, November 5, 2012 Issued: October 24, 2012 Table of Contents A GENERAL INSTRUCTIONS
More informationREQUEST FOR PROPOSAL WORKFORCE MANAGEMENT SOFTWARE RFP NO: 08-0029
REQUEST FOR PROPOSAL WORKFORCE MANAGEMENT SOFTWARE RFP NO: 08-0029 Addendum No. 1 Citizens Property Insurance Corporation (Citizens) hereby formally amends the solicitation. The amendments are as follows:
More informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:
More informationWashington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011
Request for Proposal I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit sealed, competitive proposals from vendors qualified and experienced to provide
More informationProcurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
More informationSPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010
SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010 1.0 Scope of Tender These specifications and conditions detail the basic requirements for
More informationRequest for Proposal
Request for Proposal Management of ADEC Warehousing Activities RFP No. ADEC/2015/1115 Scope of Work Introduction: The Procurement and Contract Management division (P&C) in Abu Dhabi Education Council (ADEC)
More informationBank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of
More informationAFRICA ENERGY S.A. SENEGAL
AFRICA ENERGY S.A. SENEGAL NOTICE INVITING TENDERS Tender No: AESA ICB 001 (INTERNATIONAL COMPETITIVE BIDDING) For ENGINEERING, PROCUREMENT & CONSTRUCTION (EPC) FOR 3x100/120 MW COAL BASED THERMAL POWER
More informationStandard Bidding Documents. Procurement of Works
Standard Bidding Documents Procurement of Works FIDIC This electronic document prepared by The World Bank is intended to fulfill the objectives of para. 2.12 of Guidelines: Procurement under IBRD Loans
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription
More informationREQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503
More informationAudit, Risk and Compliance Committee Charter
1. Background Audit, Risk and Compliance Committee Charter The Audit, Risk and Compliance Committee is a Committee of the Board of Directors ( Board ) of Syrah Resources Limited (ACN 125 242 284) ( Syrah
More informationDepartment of Energy No. AL 2014-03 Acquisition Regulation January 6, 2014 ACQUISITION LETTER
G Department of Energy No. AL 2014-03 Acquisition Regulation January 6, 2014 ACQUISITION LETTER This Acquisition Letter is issued under the authority of the Senior Procurement Executives of DOE and NNSA.
More informationCONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED)
1 CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED) CONTRACT THIS CONTRACT ( Contract ) is entered into this
More informationREQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO
REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO TENDER NAME: ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REFERENCE NUMBER: CBL/FNC/8/C/TC/03/20I5
More informationCOUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this
More informationPREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072
More informationSUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER
i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:
More informationREQUEST FOR QUOTATIONS. Title: Supply Six Editions of Activity Guide Reference No. 15-359
REQUEST FOR QUOTATIONS Title: Reference No. 15-359 Request for Quotations PART 1 INVITATION AND SUBMISSION INSTRUCTIONS 1.1 Invitation This Request for Quotations (the RFQ ) issued by the City of Quesnel
More informationGENERAL OPERATIONS MANUAL FOR ASTM PRODUCT CERTIFICATION PROGRAM
GENERAL OPERATIONS MANUAL FOR ASTM PRODUCT CERTIFICATION PROGRAM INTERNATIONAL Standards Worldwide Issued September 25, 2012 Version 5.0 BY AMERICAN SOCIETY FOR TESTING AND MATERIALS INTERNATIONAL ASTM
More informationREQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
More informationINSTRUCTIONS TO PROPOSERS
The Worcester Regional Retirement Board ( Board ) is seeking proposals from qualified parties interested in providing website design and web hosting services for its 13,000 member public pension plan.
More informationRequest for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services
0. City of Richmond Business & Financial Services Department Request for Proposal IT Project /Change Management Consulting Services 1. Introduction The City of Richmond (the City ) invites responses to
More information