DoES-QW2 Suitability Assessment Declaration
|
|
|
- Jessie Allison
- 10 years ago
- Views:
Transcription
1 SECTION 1: PROJECT PARTICULARS: Project Title as EU/eTenders Contract Notice: Description as EU/eTenders Contract Notice: Address: Form of Contract: Contractor s Role: Project Category: Areas of work involving particular risk: Specialists: As EU/eTenders Contract Notice Works Contractor and Project Supervisor Construction Stage As EU/eTenders Contract Notice As EU/eTenders Contract Notice Not applicable SECTION 2: APPLICANT DETAILS 2.1 Main/Lead Applicant Details Name [Applicant/Consortium/Joint Venture] Address Registered Head Office: Company Telephone: Company Fax: Company Address: Name and address of parent company and interest parent has in applicant company: Name and address of other companies in the group involved in this contract: 2.2 Main/Lead Applicant s Authorised Representative Name of Authorised Representative: Address (if different from above): Representative s Telephone: Fax: Address: 2.3 Nature of Applicant Nature of Applicant (e.g. partnership, sole trader, private limited company, public limited company, Joint Venture): Names of all members in Consortium or Joint Venture company (If applicable): If Legal Partnership, Consortium or any other type of Joint Venture: Name of JV/Consortium Member: Address of Registered Head Office: Company Telephone: Company Fax: Company Address:
2 SECTION 3: ASSESSMENT CRITERIA This Suitability Assessment Declaration uses the same criteria as the Department of Public Expenditure and Reform Suitability Assessment Questionnaire for Service Providers QW2 with criteria not applicable to the DoES Open Procedure omitted. The same numbering system has been retained. The minimum standards for participation in this competition (Suitability assessment Criteria) are set out below under each criterion. Evidence of compliance is not required at with this declaration. By signing this Declaration, tenderers are declaring that they meet the relevant minimum standards in all respects. The Declaration must be signed in ink by a Director or Principal of the firm and dated. The Contracting Authority will accept the Tenderer s Declaration that they meet the relevant minimum standards in all respects (subject to later verification) for the purposes of determining the apparently successful tenderer (Preferred Bidder). However once a Preferred Bidder has been selected the Preferred Bidder s Declaration will be checked to ensure that he/she meets these minimum standards for participation. If the Preferred Bidder does not meet those standards his/her tender will be excluded and the Contracting Authority will proceed to the next lowest tender. Prior to preparing and submitting a tender, potential tenderers should first check the criteria and minimum standards below and satisfy themselves that their firms meet those standards. No liability will be accepted by the Contracting Authority for the cost of tendering. If an applicant is an Individual (Sole) Trader, that applicant should sign the declaration. If an applicant is a Consortium or Joint Venture, it is sufficient for the lead member of that Consortium or Joint Venture to sign the declaration. Details in regard to the other Consortium or Joint Venture members can be clarified at preferred bidder stage. If any individual or group of individuals is included in more than one application for the same contract, a statement should be provided to the effect that the applicant is aware of this multiple participation and that it has been brought to the attention of all the consortia of which that individual or group is a member. No evidence of compliance should be attached to or submitted with this declaration of suitability at this time. 3.1 Evidence of Applicant s Personal Situation If any one of the grounds specified in Article 54 of Directive 2004/17/EC (and Regulation 56 of SI No. 50 of 2007) or in Article 45 and 51 of Directive 2004/18/EC (and Regulation 53 of SI No.329 of 2006) apply to the applicant or any member of the applicant Consortium or Joint Venture or their parent companies, the applicant may be excluded from this competition. I/we confirm that none of the grounds specified in Article 54 of Directive 2004/17/EC (and Regulation 56 of SI No. 50 of 2007) or in Article 45 and 51 of Directive 2004/18/EC (and Regulation 53 of SI No.329 of 2006) apply, and if requested to do so will provide a DECLARATION FORM* (in the standard format available at signed and witnessed within the past 12 months. The declaration can be in the form of a certified copy signed by the applicant or a person authorised to sign on behalf of the applicant. It should be accompanied by a confirmation, signed by the applicant or on behalf of the applicant that since the making of the declaration the legal situation of the applicant regarding the circumstances in the declaration has not changed in any way that would prohibit the applicant from making a new declaration on oath on the same basis. In relation to a certified copy the Contracting Authority reserves the right to inspect the original at any time if considered necessary. 3.3 Evidence of Economic and Financial Standing criteria 3.3a Turnover Before appointment, the preferred bidder (and, if the preferred bidder is a subsidiary relying on a parent company s turnover, that Parent Company as well) must provide evidence of turnover certified by the firm s Auditor/Accountant for the three previous financial years both for overall services and for construction services only I/we meet the minimum standards for Turnover set out below and if requested to do so will provide the required evidence within 7 calendar days to support this declaration. The minimum Turnover requirement is Average Annual Turnover for Construction Works equal to or greater than the amount tendered If for any valid reason this evidence cannot be provided then alternative evidence considered appropriate by the Contracting Authority may be provided. Such evidence must demonstrate that the firm has been in existence for a minimum of 3 years and has an effective turnover over the last 3 years of not less than the required amount. (For example, where audited accounts are not available for the current year, a statement of estimated turnover for that year plus turnover for the previous years may be accepted)
3 3.3f Public Liability Insurance Before appointment, the successful tenderer will be required to produce evidence from their Insurance Company in the form of a copy of the policy confirming that the tenderer has current Public Liability Insurance with a minimum level of cover of 6,500,000 in accordance with the conditions stated in the Instructions to Tenderers. 3.3g Employer s Liability Insurance Before appointment, the successful tenderer will be required to produce evidence from their Insurance Company in the form of a copy of the policy confirming that the tenderer has current Employer s Liability Insurance with a minimum level of cover of 13,000,000 in accordance with the conditions stated in the Instructions to Tenderers. I/we will provide evidence (in the form of a validated copy of the policies) confirming that we have current Public Liability Insurance with cover not less than 6,500,000 and Employer s Liability Insurance with cover not less than 13,000,000, meeting the above insurance requirements and the conditions stated in the Instructions to Tenderers. If requested to do so we will provide the required evidence within 7 calendar days to support this declaration. 3.3h Performance Bond Before appointment, the successful tenderer will be required to produce evidence in the form of the Performance Bond complying with the requirement set out below. Contract sum( Millions) Performance Bond as % of contract sum Duration of Cover after Substantial Completion Less than 0.5 m As stated in Tender Documents As stated in Tender Documents 0.5 m to 10.0 m 12.5% 450 Days over 10.0 m 10.0% 450 Days I/we confirm that we are in a position to obtain a Bond in accordance with the above requirements (within the time period and meeting the conditions specified in the Tender documents) and I/we accept that our tender may be excluded if we fail to provide a valid bond within the required time 3.4 Evidence of Technical Capability Criteria 3.4a Educational and Professional Qualifications (Management) Before appointment, (not required at Tender stage) Applicants must provide: (1) An Organisation Chart showing the Company Structure (including the duty holders responsible for Health and Safety), AND (2) Curriculum Vitae for the Contracts Manager and Health and Safety Manager proposed for the project. I/we confirm that we will appoint a Contracts Manager and a Health and Safety Manager meeting the requirements below. If requested to do so we will provide the above Organisation Chart and Curriculum Vitae (with references) within 7 calendar days to support this declaration. The Curriculum Vitae above must include the dates any qualifications were obtained and references (including contact details) for all projects listed. The required standard for each individual is evidence of competency to fulfil the assigned role. Such competency may be demonstrated by examples of previous experience (in that role) of work of a similar nature and size satisfactorily completed, and training/ qualifications appropriate to that function. Where a Contracts manager has no qualifications or formal training, he/she must have at least 7 years experience in the Building Trade including at least 3 years in a management role. Where the Contracts Manager has appropriate formal training/qualifications relevant to the role of Contracts Manager (In the judgement of the Contracting Authority), the level of experience can be reduced to 5 years of which at least 2 years must be in a management role. The Health and Safety Manager (who may be the same person as the Contracts Manager and/or foreman) must have at least 5 years experience in the Building Trade AND must have appropriate H&S training (minimum 4 hours externally accredited CPD, or Degree/diploma or other equivalent. [For Type 1 projects, 3 years acting in the capacity of Health and Safety Manager on building construction projects will suffice instead of formal H&S training.] checked by the C.A.) a project was not satisfactorily completed the relevant time period may be excluded from the total experience claimed
4 3.4b Educational and Professional Qualifications (Personnel) Before appointment, the successful applicant must provide evidence of adequate educational and professional qualifications and experience of the Foreman [or equivalent site manager], and Site Safety Officer proposed for the project. I/we confirm that we will appoint a Foreman [or equivalent site manager], and Site Safety Officer meeting the requirements below and if requested to do so we will provide the required evidence in the form of curriculum vitae and references within 7 calendar days to support this declaration. This evidence (not required at Tender stage) should be in the form of Curriculum Vitae for those Personnel and should include references for all projects listed and the dates any qualifications were obtained. The required standard for each individual is evidence of competency to fulfil the assigned role. Such competency may be demonstrated by examples of previous experience (in that role) of work of a similar nature and size satisfactorily completed, and training/ qualifications appropriate to that function. Where a Foreman has no qualifications or formal training, he/she must have at least 7 years experience in the Building Trade including at least 3 years as a Foreman (Site Manager). Where the Foreman has appropriate formal training/qualifications relevant to the role (In the judgement of the Contracting Authority), the level of experience can be reduced to 5 years of which at least 3 years must be as a Foreman (Site Manager). For Type 2 and 3 projects, the Foreman must also have formal H&S training (minimum 4 hours externally accredited CPD) The Site Safety Officer (who may be the same person as the foreman or PSCS) must have at least 5 years experience in the Building Trade and must have formal H&S training (minimum 4 hours externally accredited CPD). For Type 1 projects, 3 years acting in the capacity of Site Safety Officer on building construction projects will suffice instead of formal H&S training. checked by the C.A.) a project was not satisfactorily completed, the relevant time period may be excluded from the total experience claimed. 3.4c List of Services of Similar Nature provided over the past 7 Years Before appointment, the successful applicant will be required to provide details of 3 Building Construction Projects similar in nature and complexity to the services required for this project and carried out in a satisfactory manner. I/we confirm that if requested to do so we will provide details of 3 Building Construction Projects meeting the requirements below, including start and finish dates, project details, contract sum and references all within 7 calendar days to support this declaration All 3 projects must have been completed (i.e. at Substantial completion) within the last 7 years. The Contract value of each project must be between half and 5 times the Turnover requirements for this project. Projects of a similar nature are defined as single building projects (not necessarily educational) with similar construction and service requirements. For example a shop fit-out or an advance factory is not a similar project, whereas an extension and refurbishment to a Health Centre or Library is. If the project being tendered for is a re-roofing project, the experience needed may be either roofing contracts or complete building projects (It is not necessary that the roofing element is at least half the turnover requirement). Likewise if the project is a replacement of a heating installation, a mechanical contract (whether as main or sub-contractor) is adequate experience whereas an Electrical installation contract is not. checked by the C.A.) a project was not satisfactorily completed and an alternative suitable project is not immediately identified, the Contracting Authority may exclude the tenderer from further consideration. 3.4d Measures for ensuring quality Before appointment, the successful applicant will be required to provide evidence of adequate measures for ensuring Quality both in the administration of a project and in the delivery of a high Standard of Construction* in accordance with the Tender documents. I/we confirm that we will, if requested to do so, provide evidence of adequate Measures for ensuring Quality both in the administration of a project and in the delivery of a high Standard of Construction within 7 calendar days to support this declaration The minimum standard is (a) Evidence of effective Quality Control procedures for the administration of a project (Both external Quality Assured and internal procedures are acceptable), and (b) Measures used by the applicant for ensuring a high standard of building construction quality in accordance with the Tender documents.
5 A Quality Assured administrative procedure without measures for ensuring a high standard of building construction is not adequate. 3.4e Average annual manpower Before appointment, the successful applicant will be required to provide evidence of the number of staff employed by the firm or otherwise available to the firm for the roles of Contracts Manager, Health and Safety Manager, Foreman, and Site Safety Officer. I/we confirm that we meet the minimum standard for manpower below, and will if requested to do so provide the required evidence within seven 7 calendar days to support this declaration The minimum requirement is sufficient staff (considered in conjunction with Turnover and current workload) to carry out this project. A Contractor may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. The Contractor must in that case prove to the contracting authority that it will have at its disposal the resources necessary for the execution of the contract, for example, by producing an undertaking by those entities to place the necessary resources at the disposal of the Contractor e.g. an agreement (subject to the award of the Contract) with a foreman of suitable qualifications and experience. HEALTH AND SAFETY COMPETENCE It is a statutory requirement that the competence and satisfactory allocation of resources of the Contractor are established in compliance with the Safety Health and Welfare at Work (Construction) Regulations It is also a statutory requirement that the competence of the person or persons to be appointed as Project Supervisor for the Construction Stage (PSCS) is established pursuant to section 6(1)(a) of the Safety, Health and Welfare at Work Construction Regulations The minimum standard required is stated under the relevant criterion based on the category of project identified in the EU/eTenders Contract Notice (i.e. Type 1/Type 2/Type 3). If none stated the default is Type 1 up to 500,000, Type 2 between 500,000 and 5,000,000, and Type 3 > 5,000,000. The Applicant must meet the relevant minimum standard(s) stated under each criterion. This information is not required at Tender stage. No evidence of compliance should be attached to or submitted with this declaration of suitability at this time. 3.4.(1) HEALTH AND SAFETY COMPETENCE as Contractor I/we confirm that we meet the minimum standards for Health and Safety Competence as a Contractor below and will if requested to do so provide the required evidence within seven calendar days to support this declaration. For all projects as 3.4 Evidence of Technical Capability Criteria above AND a completed, signed H&S Declaration form C1 (available at Where enforcement actions, legal proceedings accidents, fatalities or incidents have been recorded, evidence that adequate measures have been put in place by the Applicant to address any deficiencies in their Health and Safety procedures including measures for project administration, design quality control, contract monitoring and a procedure for taking corrective measures for all stages AND, For Type 2 and 3 projects only evidence of adequate structured H&S Procedures relevant to medium/ large School projects. This should include an organizational structure indicating the duty holders responsible for Health and Safety, risk assessment procedures and forms (relevant to projects of a similar size, and complexity) covering all stages of the project life cycle from early design stage to project completion, arrangements for the co-ordination and dissemination of information both internally and externally, and CPD/training arrangements (which may or may not include specific H&S training). It is recommended that the format at is used. (If in the view of the Contracting Authority, the applicant fails (on request) to provide an adequate response to any one of the above H&S headings, the applicant will be deemed not to have met the necessary standard.) Evidence of current third party certification (e.g. Safe-T-Cert, or OHSAS 18001, or approved equivalent) will be deemed to meet the requirements of this section.
6 3.4.(2) HEALTH AND SAFETY COMPETENCE as PSCS I/we confirm that we will appoint a competent person to act as Project Supervisor Construction Stage [PSCS] who meets the minimum standards for Health and Safety Competence as Project Supervisor Construction Stage below and will if requested to do so provide the required evidence within seven calendar days to support this declaration. 3.4(2)a Educational and Professional Qualifications (Management) If the PSCS is an external company providing the service for the tenderer an Organisation Chart showing that external Company s Structure and indicating the duty holders responsible for Health and Safety If the PSCS is provided internally by the firm, the evidence provided at 3.4a Educational and Professional Qualifications (Management) is sufficient. 3.4.(2)b Educational and professional qualifications (Personnel) Before appointment, the successful applicant must provide evidence of adequate educational and professional qualifications and experience of the Project Supervisor Construction Stage proposed for the project. This evidence (not required at Tender stage) should be in the form of a Curriculum Vita for that person and should include references for all projects listed and the dates any qualifications were obtained. The required standard is evidence of competency to fulfil the assigned role. Such competency may be demonstrated by examples of previous experience (in that role) of work of a similar nature and size satisfactorily completed, and training/ qualifications appropriate to that function. The Project Supervisor Construction Stage [PSCS] (who may be the same person as the foreman or Site Safety Officer) must have at least 5 years experience in the Building Trade and must have formal externally accredited training in Health and Safety (relevant to the role of PSCS) within the last 5 years. checked by the C.A.) a project was not satisfactorily completed, the relevant time period may be excluded from the total experience claimed. The Contracting Authority may seek details of the projects on which the PSCS fulfilled the role of PSCS, and where enforcement actions, legal proceedings accidents, fatalities or incidents have been recorded, evidence that adequate measures have been put in place by the tenderer to address any deficiencies in their Health and Safety procedures including the inter-relationship between the PSCS and the contractor, how the role of PSCS is implemented, and a procedure for taking corrective measures for all stages Where (as above) the role of PSCS was not satisfactorily completed on a project and effective corrective measures have not been put in place, the Contracting Authority may exclude that person and if an alternative suitably qualified person is not immediately available, may also exclude the tenderer from further consideration. 3.4(2)c List services of similar nature provided over the past 7 years Before appointment, the firm fulfilling the role of PSCS will be required to provide details of 3 Building Construction Projects (similar in nature and complexity to this project) on which that firm fulfilled the role of PSCS in a satisfactory manner. The minimum standard is at least 3 examples of projects (of a similar size and nature) on which the firm acting as PSCS fulfilled the role of PSCS completed satisfactorily If Main Contractor will be fulfilling the role of PSCS and the above details have already been provided at 3.4.c, no further information is necessary The Contracting Authority may also seek details of other projects on which the tenderer (or firm providing the service) fulfilled the role of PSCS and take those projects into account. All 3 projects must have been completed (i.e. at Substantial completion) within the last 7 years. The Contract value of each project must be between a half and 5 times the Turnover requirements for this project. Projects of a similar nature are defined as in 3.4c Where enforcement actions, legal proceedings, accidents, fatalities or incidents have been recorded for any of those projects, evidence that adequate measures have been put in place by the tenderer (or firm providing the service) to address any deficiencies in their Health and Safety procedures including the inter-relationship between the PSCS and the tenderer, how the role of PSCS is implemented, and a procedure for taking corrective measures for all stages. checked by the C.A.) a project was not satisfactorily completed and an alternative suitable project is not immediately identified, the Contracting Authority may exclude the tenderer from further consideration
7 3.4(2)d Measures for ensuring quality For all projects a completed, H&S Declaration form C1 (available at signed by the firm fulfilling the role of PSCS Where enforcement actions, legal proceedings accidents, fatalities or incidents have been recorded by that firm, evidence that adequate measures have been put in place by the firm in question to address any deficiencies in their Health and Safety procedures including measures for project administration, design quality control, contract monitoring and a procedure for taking corrective measures for all stages AND, For Type 2 and 3 projects only evidence of adequate structured H&S Procedures for the firm fulfilling the role of PSCS relevant to medium/ large School projects. This should include an organizational structure indicating the duty holders responsible for Health and Safety (as above), risk assessment procedures and forms (relevant to projects of a similar size, and complexity) covering all stages of the project life cycle from early design stage to project completion, arrangements for the co-ordination and dissemination of information both internally and externally, and CPD/training arrangements (which may or may not include specific H&S training). It is recommended that the format at is used. (If in the view of the Contracting Authority, the applicant fails (on request) to provide an adequate response to any one of the above H&S headings, the applicant will be deemed not to have met the necessary standard.) Evidence of current third party certification (e.g. Safe-T-Cert, or OHSAS 18001, or approved equivalent) for the firm fulfilling the role of PSCS will be deemed to meet the requirements of this section. 3.4(2)e Average annual manpower Applicants must provide evidence of the number of staff (competent to act as PSCS) employed by the firm fulfilling the role of PSCS or otherwise available to that firm. The minimum requirement is adequate resources (available to the tenderer) within the firm providing the PSCS service to fulfil the role of PSCS on this project in accordance with the Safety Health and Welfare at Work (Construction) Regulations 2006 to 2010 (in conjunction with the firm s current workload) I/We note that this information is not required now but will be provided within 7 calendar days on foot of a written request (during tender evaluation) by the Contracting Authority. We further acknowledge and accept that in the event that our firm cannot or does not provide all of the above evidence and information in the required format, within the time period required, to demonstrate to the satisfaction of the Contracting Authority compliance with the stated standards the firm s submission will be deemed to be invalid and will be excluded from further consideration. Signed : Date: For and on behalf of Applicant (signature must be that of a Director/Principal with date in hardcopy) Name : Title : BLOCK LETTERS BLOCK LETTERS
Clients in Construction Best Practice Guidance
Clients in Construction Best Practice Guidance Published in 2009 by the, Metropolitan Building, James Joyce Street, Dublin 1. Copyright The January 2009 Clients in Construction: Best Practice Guidance
GUIDANCE NOTE 1.6.3 PREQUALIFICATION OF CONSULTANTS. Minimum Standards for Suitability Criteria
GUIDANCE NOTE 1.6.3 PREQUALIFICATION OF CONSULTANTS using Minimum Standards for Suitability Criteria Department of Public Expenditure and Reform Minimum Standards for Selected Suitability Criteria for
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
International 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
Tender for the scanning & data capture of archive microfilms Supplier Background Questionnaire
Tender for the scanning & data capture of archive microfilms Supplier Background Questionnaire 1 of 15 INTRODUCTION This document must be completed in addition to the main tender submission and proposals
BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT. Notice No... 2011
BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT Notice No.... 2011 NOTICE IN TERMS OF THE COUNCIL FOR THE BUILT ENVIRONMENT ACT, 2000 (ACT NO. 43 OF 2000) The Council for the Built Environment has under
This is Document Schedule 5 Part 1 referred to in this Contract SCOTTISH MINISTERS REQUIREMENTS SCHEDULE 5 PART 1 QUALITY MANAGEMENT SYSTEM
This is Document Schedule 5 Part 1 referred to in this Contract SCOTTISH MINISTERS REQUIREMENTS SCHEDULE 5 PART 1 QUALITY MANAGEMENT SYSTEM CONTENTS Page No 1 GENERAL REQUIREMENTS 1 1.1 Requirements 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES
Request for formal written price quotations Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES The Johannesburg
SUPPLY CHAIN PREQUALIFICATION PACKAGE
SUPPLY CHAIN PREQUALIFICATION PACKAGE 2015 PREQUALIFICATION AS AN APPROVED SUBCONTRACTOR / SUPPLIER In order for your company to be registered as an approved Vendor with StructureTone Limited, we require
EXHIBIT A (of Request for Proposal)
EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified
How To Write A Professional Indemnity Insurance Plan
PROFESSIONAL INDEMNITY INSURANCE MISCELLANEOUS PROPOSAL FORM GUIDANCE TES This proposal must be completed in ink by a Partner or Director of the Proposer. Please use your headed notepaper to provide full
For the. Bank Negara Malaysia FMAG Project. Practical Interactive Tender. Financial Museum and Art Gallery. Kuala Lumpur, Malaysia TENDER DOCUMENT
Practical Interactive Package TENDER DOCUMENT For the Bank Negara Malaysia FMAG Project Practical Interactive Tender At Financial Museum and Art Gallery Kuala Lumpur, Malaysia CLIENT Bank Negara Malaysia
Building and Engineering Contractors Proposal Form
Building and Engineering Contractors Proposal Form This Proposal form must be completed in ink, signed and dated by a Principal, Partner or Director of the Proposer. All questions must be answered and
GUIDANCE NOTE 1.1.1 Building Control (Amendment) Regulations 2014 Procurement Implications for Contracting Authorities
GUIDANCE NOTE 1.1.1 Building Control (Amendment) Regulations 2014 Procurement Implications for Contracting Authorities Office of Government Procurement Building Control (Amendment) Regulations 2014 Procurement
TENDER SPECIFICATIONS
EUROPEAN COMMISSION DIRECTORATE-GENERAL FOR EDUCATION AND CULTURE Youth and sport; Erasmus+ Traineeships Office INTERINSTITUTIONAL CALL FOR TENDERS OPEN PROCEDURE N EAC/05/2014 COLLECTIVE HEALTH INSURANCE
Bawden Contracting Services Ltd Job Profile. Contracts Manager. Purpose of the Job
Contracts Manager Purpose of the Job As Contracts Manager you will manage all aspects of the Grounds Maintenance contracting business safely and efficiently, maximising profitability through the completion
IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20
100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must
n a e i t r u u D d n n i u s s e i l b a a S L d e f i t
g n i n i a r T y t e f a S d n a h t l NRA Hea t n e r r u c r e d n u s e i t i l i b a i L d n a s e i t u D n o i t a l s i g e L y t e f a S d n a Health Duties and Liabilities under Current Health
LAW. ON ELECTRONIC SIGNATURE (Official Gazette of the Republic of Montenegro 55/03 and 31/05)
LAW ON ELECTRONIC SIGNATURE (Official Gazette of the Republic of Montenegro 55/03 and 31/05) I GENERAL PROVISIONS Article 1 This Law shall regulate the use of electronic signature in legal transactions,
D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS
PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section
CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015
I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction
GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES
GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES GENERAL CONDITIONS OF CONTRACT FOR MINOR WORKS PAGE 1 BASE D ON WA LOCAL GOVERNMENT ASSOCIATION MODEL 2010 TABLE OF CONTENTS 1 INTERPRETATION 2 RISE
Principal Designer Guidance
Principal Designer Five or more employees 1 CONTENTS INTRODUCTION 3 Further reading / additional resources 3 QUESTION 1: POLICY AND ORGANISATION 4 4 4 QUESTION 2: ARRANGEMENTS/PROCEDURES FOR HEALTH AND
Contents. Part 1: Introduction. Part 2: Instructions to Tenderers. Part 3: Qualification and Award Criteria
Request for Tenders for the Provision of Assisting The Health Insurance Authority in Preparing a Consumer Information Campaign in Respect of Lifetime Community Rating 02 October 2014 Contents Part 1: Introduction
London Stock Exchange Testing Services Order Form
London Stock Exchange Testing Services Order Form For the purposes of the Data Protection Act 1998 and the Privacy and Electronic Communications (EC Directive) Regulations 2003, the information provided
Health and safety policy
1. General statement of intent The Company recognises and accepts its responsibilities as an employer to ensure, so far as is reasonably practicable, the health, safety and welfare of its employees and
CONSTITUTION PART 4 CONTRACT PROCEDURE RULES
CONSTITUTION PART 4 CONTRACT PROCEDURE RULES (last revised January 2016) A Brief Guide to the Contract Procedure Rules These Contract Procedure Rules promote good purchasing practice, public accountability
Fit and Proper Assessment Best Practice
Fit and Proper Assessment Best Practice Final Report EMERGING MARKETS COMMITTEE OF THE INTERNATIONAL ORGANIZATION OF SECURITIES COMMISSIONS DECEMBER 2009 CONTENTS Chapter Page 1 Introduction 3 1.1 Objectives
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,
UK Directors & Officers Liability Insurance Proposal Form (for companies whose turnover exceeds 50 million per annum)
UK Directors & Officers Liability Insurance (for companies whose turnover exceeds 50 million per annum) Direct access to our team of specialist underwriters Dedicated focus on D&O with the support of the
The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers
The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers Question 1: How long will the prequalification process take? Answer: The
Independent Contractor Agreement (ICA)
Financial Services: Purchasing & Payment Independent Contractor Agreement (ICA) ICA# This Letter of Agreement is made on 20 between Ryerson University ( RYERSON ) and (the "Contractor ) and is effective
Architects and Engineers Professional Liability Proposal Form
Notice:Statement pursuant to Section 25(5) of the Insurance Act (Cap 142) or any amendments thereof; You are to disclose in this application, fully and faithfully, all the facts which you know or ought
BIDDER S DATA SHEETS (FORMS TO BE COMPLETED BY BIDDER)
BIDDER S DATA SHEETS (FORMS TO BE COMPLETED BY BIDDER) The bidder should fully complete and submit the following Bidder s. Failure to satisfactorily complete and submit the Bidder s may result in a determination
REQUEST FOR BIDS. Project Management Technical Services
REQUEST FOR BIDS Project Management Technical Services SECTION 1: GENERAL INSTRUCTIONS TO BIDDERS 1. Bids must be submitted in the form specified in this invitation, if any, and sealed in an envelope or
New Jersey Educational Facilities Authority Request For Proposal Arbitrage Compliance Services
New Jersey Educational Facilities Authority Request For Proposal Arbitrage Compliance Services General Information: The New Jersey Educational Facilities Authority (the "Authority") requests your proposal
Annex A: Pre-Qualification Questionnaire Core Questions
Annex A: Pre-Qualification Questionnaire Core Questions This Pre-Qualification Questionnaire ( PQQ ) has been issued by the Authority in connection with a competitive procurement conducted under the Public
Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.
TOWN OF WEBSTER, MASSACHUSETTS REQUEST FOR QUALIFICATIONS FOR OWNER S PROJECT MANAGEMENT SERVICES FOR THE CHESTER C. CORBIN PUBLIC LIBRARY CONSTRUCTION PROJECT The Town of Webster, Massachusetts seeks
Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015
Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future
How To Get A Job Done
CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK
PRE QUALIFICATION TO TENDER INTERIOR FIT-OUT CONTRACTOR MALAYSIAN INSTITUTE OF ACCOUNTANTS CORPORATE OFFICE. Date: 1 October 2015
T002A/2015-2016 PRE QUALIFICATION TO TENDER INTERIOR FIT-OUT CONTRACTOR for MALAYSIAN INSTITUTE OF ACCOUNTANTS CORPORATE OFFICE Date: 1 October 2015 Closing Date: 12.00 p.m, on Tuesday, 13 October 2015
SERVICE CONTRACT NOTICE. Development of a sustainable information system for MAFWM Location - Serbia
Ref. Ares(2013)2579227-05/07/2013 Public document to be completed by the Contracting Authority SERVICE CONTRACT NOTICE Development of a sustainable information system for MAFWM Location - Serbia 1. Publication
ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects
Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical
Standard conditions of purchase
Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out
PROFESSIONAL INDEMNITY INSURANCE PROPOSAL FORM FOR INSURANCE INTERMEDIARIES
PROFESSIONAL INDEMNITY INSURANCE PROPOSAL FORM FOR INSURANCE INTERMEDIARIES - 1 - P a g e CONTENTS 1. ADVICE ON COMPLETING THE PROPOSAL FORM 2. PROPOSAL FORM 3. BINDING AUTHORITY QUESTIONNAIRE 4. OTHER
BANK 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: [email protected]
Guide for Contractors and Project Supervisors
Guide for Contractors and Project Supervisors Safety, Health and Welfare at Work (Construction) Regulations 2013 Our vision: A country where worker safety, health and welfare and the safe management of
SERVICE CONTRACT NOTICE TRAVEL AGENCY SERVICES Location: Barcelona /Spain UfM Member States
SERVICE CONTRACT NOTICE TRAVEL AGENCY SERVICES Location: Barcelona /Spain UfM Member States Common procurement vocabulary (CPV) 63510000 - Travel agency and similar services 1) Publication reference UfMS/iRP/0003/2014
Corporate Health and Safety Policy
Corporate Health and Safety Policy Publication code: ED-1111-003 Contents Foreword 2 Health and Safety at Work Statement 3 1. Organisation and Responsibilities 5 1.1 The Board 5 1.2 Chief Executive 5 1.3
OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS
OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00
PERFORMANCE BOND INSTRUCTIONS (FEB 2015)
PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature
SUPPLIER PREQUALIFICATION QUESTIONNAIRE FORM
SUPPLIER PREQUALIFICATION QUESTIONNAIRE FORM BRIEF This Supplier Pre Qualification Questionnaire is provided for the following project types of ALARGAN PROJECTS: 1) Supply of Construction Materials 2)
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
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
THE TEACHING COUNCIL [REGISTRATION] REGULATIONS IN ACCORDANCE WITH SECTION 31 OF PART 3 OF THE TEACHING COUNCIL ACTS, 2001 TO 2006 ( THE ACT )
THE TEACHING COUNCIL [REGISTRATION] REGULATIONS IN ACCORDANCE WITH SECTION 31 OF PART 3 OF THE TEACHING COUNCIL ACTS, 2001 TO 2006 ( THE ACT ) The Teaching Council in exercise of the powers conferred on
PROFESSIONAL INDEMNITY INSURANCE PROPOSAL FORM FOR ARCHITECTS PLEASE READ THIS GUIDANCE NOTE BEFORE COMPLETING THE PROPOSAL FORM To help us to provide you with our most competitive quotation, it is important
Companies (Consolidated Accounts) 1999-28
Companies (Consolidated Accounts) 1999-28 COMPANIES (CONSOLIDATED ACCOUNTS) ACT by Act. 2014-19 as from 1.11.2014 Principal Act Act. No. 1999-28 Commencement 1.4.2000 Assent 28.10.1999 Amending enactments
REQUEST 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
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
PROFESSIONAL INDEMNITY INSURANCE PROPOSAL FORM FOR ARCHITECTS
PROFESSIONAL INDEMNITY INSURANCE PROPOSAL FORM FOR ARCHITECTS This proposal form must be completed in black ink by a Partner, Principal or Director of the Company. All questions must be answered to enable
PROFESSIONAL INDEMNITY INSURANCE PROPOSAL FORM FOR INSURANCE INTERMEDIARIES
PROFESSIONAL INDEMNITY INSURANCE PROPOSAL FORM FOR INSURANCE INTERMEDIARIES Howden Insurance Brokers Limited is an official scheme provider of Professional Indemnity for BIBA members Please complete this
Customer application package. Included in this package are the following documents. Customer application form
Customer application package Included in this package are the following documents. Customer application form European Type Approval for Automotive Systems and Components Setting out some of the basics
ebrit Services Ltd Sub Contractors Pre Qualification Questionnaire
Company Title and Address: Contact & Position in Company: Email Address & Contact Number List the services that you provide and wish to be considered for: To be completed by a senior manager or director
CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract
CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)
Performance Bond KNOW ALL PERSONS BY THESE PRESENTS, that we: as Principal, (Legal title of the ) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety) (Street, City, State, Zip Code)
THE CROATIAN PARLIAMENT DECISION PROMULGATING THE ACT ON INVESTMENT FUNDS WITH A PUBLIC OFFERING
THE CROATIAN PARLIAMENT Pursuant to Article 89 of the Constitution of the Republic of Croatia, I hereby pass the DECISION PROMULGATING THE ACT ON INVESTMENT FUNDS WITH A PUBLIC OFFERING I hereby promulgate
The South African Council for the Project and Construction Management Professions (SACPCMP)
The South African Council for the Project and Construction Management Professions (SACPCMP) Registration Rules for Professional Construction Mentors in terms of Section 18(1) (c) of the Act, 2000 (Act
Sewage Sludge Utilization Performance Bond
Sewage Sludge Utilization Performance Bond Total Sum of the Performance Bond (the Bond ) Bond. No. This Bond assures performance for Sewage Sludge Utilization Permit(s) ( Permit for Permits ) No(s). authorizing
EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES
The Kenya Power & Lighting Co. Ltd. EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES TENDER NO. KPLC1/5BA/42U/01/11 LIST OF CONTENTS PART I INTRODUCTION PART II SUMMARY OF THE IN-HOUSE COURSES TO
Extended Request for Quotation (RFQ) for. Provision of Delivered Catering Service
Easthampstead House, Town Square, Bracknell, Berkshire RG12 1AQ Tel: (01344) 352000 Extended Request for Quotation (RFQ) for April 2015 COMPLETED BY ORGANISATION NAME DATE [Supplier to complete] [Supplier
SHORT FORM CONTRACTOR RESPONSIBILITY DATA
INFORMATION TO BE FURNISHED BY A BIDDER/PROPOSER (Notes: For purposes of this questionnaire, the term "Contractor" refers both to a bidder/proposer and to the firm awarded the contract. All questions on
BANK 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: [email protected]
SUPPLY CONTRACT NOTICE. Software Solution and ICT equipment for the State Aid System of BiH. Bosnia and Herzegovina
SUPPLY CONTRACT NOTICE Software Solution and ICT equipment for the State Aid System of BiH 1. Publication reference EuropeAid/137621/DH/SUP/BA Tender no. EC/BiH/TEN/15/012 2. Procedure Open 3. Programme
GENERAL CONDITIONS OF THE FEDERAL DEPARTMENT OF FOREIGN AFFAIRS FOR LOCAL MANDATES
Annex 3 GENERAL CONDITIONS OF THE FEDERAL DEPARTMENT OF FOREIGN AFFAIRS FOR LOCAL MANDATES 1. Phase Prior to Contract Conclusion 1.1. Up to the conclusion of the contract, withdrawal from the negotiations
Professional Indemnity Insurance for Chartered Surveyors Proposal Form
Professional Indemnity Insurance for Chartered Surveyors Proposal Form Professional Indemnity Insurance for Chartered Surveyors Proposal Form Please read the following carefully before completing this
Regional Council of Goyder
Regional Council of Goyder Request for Quotation for the design/supply and installation of a Solar Photovoltaic System to the Eudunda Swimming Pool. RFQ Number 07.2015.15 Tender Closing Time: 3:00pm on
DOCUMENTED PROCEDURE MANUAL
NAPIT REGISTERED INSTALLERS DOCUMENTED PROCEDURE MANUAL CONTENTS 1. INTRODUCTION 2. DEFINITIONS 3. RESPONSIBILITY FOR QUALITY 4. DOCUMENT AND DATA CONTROL 5. CUSTOMER ENQUIRIES AND QUOTATIONS 6. CONTRACTS
Vigilant Security Services UK Ltd Quality Manual
Quality Manual Date: 11 th March, 2014 Issue: 5 Review Date: 10 th March 2015 VSS-COM-PRO-001 SCOPE This Quality Manual specifies the requirements for the Quality Management System of Vigilant Security
DESIGN/BUILD AND CONSTRUCTION MANAGERS PROFESSIONAL LIABILITY INSURANCE APPLICATION (Claims Made Basis) Street City State Zip Code
www.wwfi.com DESIGN/BUILD AND CONSTRUCTION MANAGERS PROFESSIONAL LIABILITY INSURANCE APPLICATION (Claims Made Basis) NOTE: In applying for coverage on claims made basis, the Applicant agrees that in the
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement
Notary Public Guide FUNCTION
Notary Public Guide FUNCTION A notary public acts as an official witness to the identity of a person who comes before the notary. A notary is authorized to witness or attest a signature, administer an
DUTIES and GUIDANCE. for. BOARDS of MANAGEMENT. DEALING with ASBESTOS CONTAINING MATERIALS. before, during & after
DUTIES and GUIDANCE for BOARDS of MANAGEMENT on DEALING with ASBESTOS CONTAINING MATERIALS before, during & after SCHOOL REFURBISHMENT WORKS, DEMOLITIONS AND BUILDING WORKS PROJECTS CONTENTS CONTENTS...2
Supplier 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
FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK
Contract Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-14 Revised on: May 24, 2004 FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK A. Summary of the Applicant Supplier
INDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.
Chapter 3 Financial Year
[PART 6 FINANCIAL STATEMENTS, ANNUAL RETURN AND AUDIT Chapter 1 Preliminary 269. What this Part contains and use of prefixes - Companies Act and IFRS. 270. Overall limitation on discretions with respect
Prequalification of Roading Contractors
Prequalification of Roading Contractors Manual for Roading Contractor Prequalification for Authorised CCC Roading Work Please send prequalification applications to Chris Nordstrom Project Manager Capital
REQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01
The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, On L9V 0G8 REQUEST FOR QUOTATION FOR GOODS AND SERVICES RFQ-2016-01 SCREENING, HAULING, MIXING & STACKING WINTER SAND QUOTATIONS
QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06
QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06. TABLE OF CONTENTS Part 1: General Instructions Section I Company Profile Section II Financial
