Establishment of a disaster recovery site
|
|
- Angela Shields
- 8 years ago
- Views:
Transcription
1 Establishment of a disaster recovery site RFB 2012/MPL/ICT01 December
2 PROBLEM STATEMENT The Mpumalanga Provincial Legislature (MPL) is seeking a highly experienced service provider to establish a hot disaster recovery site. A hot site is a duplicate of the original site of the organisation, with full computer systems as well as near-complete backups of user data. Real time synchronisation between the two sites is used to completely mirror the data environment of the original site using wide area network links and specialised software 1. INTRODUCTION Mpumalanga Provincial Legislature (MPL) has developed a disaster recovery plan (DRP) as part of the Legislature s Business Continuity Management plans. The Legislature currently has no off-site Disaster Recovery Centre to which the approved DRP relates. These terms of reference are intended to solicit partnership with a service provider that will undertake the process of establishing an off-site disaster recovery centre (hot site) for the Legislature. The Legislature requests interested and suitably qualified companies to tender for this contract by responding to the requirements in section 15 of this document. 2. OVERVIEW 2.1 Executive Summary MPL s core mandate is to exercise oversight over governments departments and the provincial state owned entities, law-making and ensuring that the public participates in these processes. To achieve these objectives, the Legislature has, among other things, implemented the SAP system as its Enterprise Resource Planning (ERP) solution to manage its resources as from 01 April It is therefore important to ensure integrity of all ERP data and to ensure business continuity in the event of a major disaster. 2
3 The MPL therefore invites competent and qualified service provider to establish an off-site disaster recovery centre. The desired outcome is a hot-off-site disaster recovery centre as a full duplication of our current IT infrastructure. 2.2 Location The Mpumalanga Legislature is located in building 1 of the Riverside Government Complex in Nelspruit. The Legislature also maintains an annexure office in the Vakasha Building in Nelspruit. The Legislature further maintains offices at the Constitution House in Cape Town, adjacent to the Parliamentary Precinct. The Government Complex is maintained by the Department of Public Works, Roads and Transport. 2.3 Current Infrastructure Organisation The Legislature has three divisions, namely Financial Governance, Corporate Services and Parliamentary Services. Under these divisions are business units. All staff members have either a PC or Laptop allocated and all public office bearers and managers have ipads. Hence approximately 200 people working in the Legislature have PCs or laptops on their desks and have access to printing facilities. Mobile solution management is therefore a priority. The Legislature has standardised its operation on Microsoft platform and business solutions. These include SQL as a preferred database, Windows Network Operational Systems and Windows based business solutions (MS Office, MS Projects, MS Visio). During the course of 2009 the Legislature took a decision to streamline and integrate all its accounting and core functions including Customer Relations, Human Resource and Procurement functions and as result SAP was introduced running on SQL backend. 2.4 Current Information Technology Infrastructure The Legislature runs on a leased line connectivity, provided by IS and a Cat6 network. This network is managed for a period of 3 years by an external service provider. All switches are PoE enabled (Juniper). 3
4 The Legislature uses SAP as its main business process application, e.g. HR and Payroll, Finance, Asset Management, Procurement, Customer Relations Management and Document Management. MPL has 18 Servers installed on a Virtual Server environment (VMWare) and provides Active Directory and MS Exchange mail services to the clients. The servers run MS Server 2008 and the Legislature has 2 MS Exchange 2010 servers and 1 MS SQL server. The hardware infrastructure support was also bundled in the main contract which is expiring. MPL comprises of 150 users placed into two geographically separate buildings linked with a high speed fibre network connection with a 54Mbps PPTP Wi-Fi link. MPL Invested in leading edge HP Blade Technology and SAN technology which is the core that hardware houses the SAP and Infrastructure server. MPL has Enterprise Agreement with Microsoft with regard to licensing requirements. MPL internet services are currently hosted by Internet Solutions a division of Dimension Data. MPL has also invested in the Mimecast solution with mail integrated service which filters, archives and ensure business continuity in case of disaster or unplanned failures. MPL has improved security and internet filtering solutions which are Webmarshal and Eset NOD 32 as a first line of defence against viruses and malicious software There are networked computers, and multi-functional devices connected to the network. MPL runs an autonomous chamber/parliamentary system and videoconferencing facilities. The tele-communications are provided by a service provider contracted to the Department of Public Works, Roads and Transport. There are currently 18 virtual Servers running Windows These servers are running numerous systems and services, including and not limited to inter alia: Microsoft Exchange
5 Windows Server 2008 with Active Directory, DNS, DHCP and other related services Webmarshall Eset Enterprise Antivirus MS Office Professional 2010 MS SQL Windows 7 & Vista Symantec Backup Exec 2.5 SAP System The following SAP modules are installed, providing integrated enterprise resource planning and management: SAP Finance and Control (FI/CO) SAP Asset Management (AM) SAP Materials Management (MM) SAP Inventory Management (IM) SAP Human Resource Management (HRM) SAP Travel Management SAP Document Management Systems (DMS) SAP Customer Relationship Management (CRM) SAP Netweaver Portal o Employee Self Service [ESS] o Manager Self Service [MSS] SAP Business Objects (BobJ) 3. OBJECTIVE To seek a service provider that will establish a hot disaster recovery site for MPL, which complies with all relevant statutory requirements. 3.1 Key Objectives The service provider should be able to provide the following services and competencies, not limited to inter alia, to the Legislature: Establish a hot site off-site disaster recovery centre. A hot site is a duplicate of the original site of the organization, with full computer systems as well as near-complete backups of user data. Real time 5
6 synchronization between the two sites will be used to completely mirror the data environment of the original site using wide area network links and specialized software. Following a disruption to the original site, the hot site exists so that the organization can relocate with minimal losses to normal operations. The capacity of the hot site will match the capacity of the original site. Procure and implement the hardware and networking infrastructure required to establish an off-site disaster recovery centre. Perform any system configurations that might be necessary; Improve business processes, procedures and policies to ensure optimum operational efficiency of the Off-site centre; Establish the foundation infrastructure that supports the strategic objectives of the legislature. Perform an assessment of the current IT infrastructure sizing and the technical health of the system and propose improvement plan if required. Enablement of innovation and flexibility Establish and ensure a stable network between the main complex and the off-site centre Provide proper infrastructure and backup strategy, plans and procedural documentation (Disaster Recovery and Backup Strategy, Policies, Procedures, Plans) Ensure hardware stability Setup, installation and training of running the off-site Centre Provisioning of the best solution link to the off-site centre which includes a wireless link for redundancy in the event of the main link is not available. 3.2 Deliverable The service provider must order, setup and configure an off-site (hot site) Disaster Recovery Centre with all the necessary documentation, networking capabilities, hardware and training necessary to establish, maintain and run the off-site centre. Deliverables will include, but is not limited to, the following: 6
7 HP Cabinets, VMWare vsphere Enterprise Software, Replication Software, Blade Servers, EVA Storage, MSL Backup Library System, Recovery, HP 3Year 4H 24x7 On-Site Support Establishing a link between the main complex and the off-site centre Installing networking between sites Provide the equipment as per Addendum A 3.3 Contract Duration The duration of the contract for establishment of the site is three (3) months. Issues and duration of maintenance and support will be negotiated with the successful service provider. 4. ASSUMPTIONS It is our assumption that our current IT infrastructure will be duplicated at an off-site location as per the AG requirements for an off-site centre. All configuration and support will adhere to the policies and procedures of the Legislature and will be done within the business processes of the Legislature. The project will be implemented according to Prince2 project management principles. A project management office (PMO) will be established and all project risks, resources, plans and issues will be managed through the PMO. A project steering committee will be established which will meet on a weekly basis. It is further our assumption that the service provider will put measures in place to mitigate associated risks as in section five (5) below. 5. OTHER CONSIDERATIONS The service provider must also recognise that the Legislature has embraced the Result driven philosophy. Thus the service provider must include in their response a suggested mechanism in which the Legislature will measure performance of the service provider during the duration of the contract. 7
8 The service provider must also recognise that MPL is committed to success of National Development Plan with as far as Job creation is concerned. To this effect: - All consultants on the project must be South African citizens - All knowledge transfer and skills development will be done to South African Citizens - The service provider must submit a detailed skills transfer plan and report quarterly on the skills transfer in the form of a matrix. 6. POTENTIAL RISKS Some of the known associated risks with this project are, not limited to inter alia: All risks associated with an unavailable IT infrastructure, e.g. mail, SAP system, Authentication etc. Downtime of the system Loss of documents due to poor Document Management Unavailability of business owners for testing and sign off Inappropriate testing Qualified audit 7. PERFOMANCE INDICATORS Performance reviews will be conducted on a regular basis throughout the project. The result of the review will determine the continuation of the contract. Regular reports will be submitted to the Senior Manager: IT. 8. CONTRACT MANAGEMENT The Legislature has adopted a principle of no valid contract no payment, so it is imperative that the contract be concluded between the Legislature and the winning tenderer for the service to be provided to the Legislature. The Legislature and the service provider will enter into a Service Level Agreement (SLA) and the contract will be managed and evaluated against the metrics in the SLA. This will be a legally binding formal "contract". Amongst other requirements, it will outline uptime agreement of 99.75%, services, priorities, responsibilities, guarantees, and warranties. Each area of service scope should have the "level of service" defined, time management, turnaround time and performance penalties. 8
9 Progress reports referred to above must be submitted to the Senior Manager: IT and copies of the reports should also be filed in the office of the service provider. All reports must be written in English. The Legislature is responsible for approving the progress reports. The regular reports should address the following: Performance of the service provider Schedule of deliverables and payment schedule. Issues encountered related to the project. General report on other matters pertaining to the SLA. Invoices will be submitted by the 20 th of every month. Payment will be made within 30 days after receipt of invoice and evidence of the required deliverables. 9. EXPECTATIONS OF THE SERVICE TO BE PROVIDED BY THE CONTRACTOR 9.1 The successful service provider should provide MPL with knowledgeable South African citizen resources with the requisite skills, competencies and extensive experience. 9.2 Co-operation with any requests of the Auditor-General is required. 9.3 The contractor should be fully acquainted with the operations of MPL, and be prepared to advise on appropriate solutions to assist to the MPL s operational problems preferably in a proactive manner MPL aims to maintain best-practice systems in relation to international benchmarks. The contractor must be willing to advice in this regard The Legislature does not perceive that it needs to always have the latest version of every software package. It is envisaged that upgrades will only take place when there is a clear operational advantage, and any such upgrades must be approved by the Senior Manager: IT (the contractor must remember that given "government" budgeting processes, such upgrades should be planned at least a year in advance). 9
10 9. 6 It is imperative that the service contractor takes cognizance of the nature of the business of MPL and its Members. The core business of MPL is concentrated in supporting the Members and the legislative processes. The Parliamentary programme of MPL takes precedence in all scheduling matters Work additional to fixed contract. In exceptional circumstances, the contractor may be required to perform additional system maintenance / consultancy over and above the contracted specifications. Any such work must be approved in advance by the Senior Manager: IT, and will be carried out at the normal contract rates 9.8 Provide details of staff allocated to the contract. The contractor must provide a brief CV of each person to be allocated to work at MPL (whether such a person is employed by the contractor or sub-contracted must be clearly indicated). All such staff should then be available at reasonable notice to provide the required service to MPL. If a person whose CV was provided leaves the employ of the contractor (or is no longer sub-subtracted), a person with comparable qualifications and experience must be made available within the terms of the contract to meet MPL s needs. MPL may, at any time, request the names and details of those currently allocated. 9.9 Clearly, MPL cannot communicate its needs solely through the contract liaison person, but will need to discuss certain operational needs directly with the other contractor staff provided. The contractor will be expected to manage its own internal communications such that when operational instructions, directives, etc. are given by the Senior Manager: IT - or his/her nominee(s) - these should be automatically forwarded to the contract liaison person All change requests must be formalised and adhere to the Change Management Policy and Procedures MPL may, at its discretion, request the contractor to replace an allocated staff member if it considers that the service provided by that person is not acceptable on reasonable grounds It is envisaged that the contractor cannot terminate the agreement except on grounds of non-payment (within a reasonable period after confirmed receipt of 10
11 invoice). However, MPL reserves the right to terminate the agreement on the basis of non-delivery, reasonable cause, or - given notice - convenience MPL is not is a position to award profit incentives - given that it is not a profit institution. Consequently, the contractor must view the acquiring and maintenance of this prestigious contract as its incentive / reward Detailed expectations which should be included in the up-time agreement required include: 99.75% up-time to be maintained (exclusive of items in (c) below) between 07:45 and 16:15 every working day to allow users to access their data, the intranet & their , with a maximum down time of 30 minutes on any one day; at least 99% up-time to be maintained (exclusive of items in (c) below) for the remainder of each week to allow users to access their data, the intranet & their , with a maximum unplanned downtime of 1 hour; to carry out maintenance on the system during working hours whenever possible, after consultation with the Senior Manager: IT. Only in special circumstances will work be approved at the "afterhours" rates; to be able to respond to a major problem by having a person capable of resolving such issues on site within 30 minutes of the problem occurring (during office hours); to be able to respond to a problem after office hours within 1 hour of the problem occurring; to have sufficient support staff on site during office hours to be able respond to user help requests (based on approximately 300 users) without unreasonable delay. 10. REPORTING LINES The service provider will report to the Senior Manager: Information Technology. 11
12 11. PRIME CONTRACT MANAGEMENT The Prime Contract Manager Plan will be drawn, which will address the activities to be performed by contractor; these will include performance management, service level agreement, etc. The contract will adhere to the Prince 2 Project Management Principles. A Project Management Office will be established and regular project steering committee meetings will be held to discuss issues related to the project. 12. METHODOLOGY OVERVIEW The performance of the contractor will be subjected to a review against the Service Level Agreement and deliverables. MPL will also conduct constant surveys of the quality of service provided. 13. MONITORING AND EVALUATION The service provider must provide high quality reports indicating qualitative and quantitative work completed. A project sign-off and hand over report will be required and the last payment is dependent on the endorsement of the objectives and sign-off report. All defined objectives must be achieved. The Senior Manager: Information Technology of MPL is responsible for approving the reports and sign-off of invoices. 14. SECURITY CLEARANCE MPL will conduct security clearance on the service provider staff in order to make sure the company meets MPL s security requirements. Should the contractor fail to achieve the required clearance, the contract will be terminated, and the contractor will be required to the leave site immediately 15. ETHICS The Contractor is expected to perform their functions in a professional, cost efficient and professional manner. The Contractor is required to manage its own internal business ethically, and to ensure good labour practice is maintained by adhering to the Basic Conditions of Service Act, Workmen s Compensation Act, and all other appropriate legislation. 12
13 16. REQUIREMENTS FROM THE SERVICE PROVIDER 16.1 Provide details of any partnership, agency or supplier agreements between the contractor and any supplier / vendor involved in the IT industry Provide an outline of the company and its current operations in relation to these Terms of Reference 16.3 Provide an outline of the experience including exposure to software systems in relation to these Terms of Reference Define the category(s) of contract staff to be provided in terms of the contract (e.g. consultant, systems engineer, help-desk support person, etc.), and the relevant minimum qualifications / experience levels for each category Provide a brief summary of how to deal with issues regarding: Understanding and unpacking the Disaster Recovery Plan into a Business Continuity Plan. Provide a brief strategy on how the company can improve services delivery, productivity and performance of the IT support team and creating centre of excellence. Thorough understanding of network composite model and switches configuration. Strategy on information security, disaster recovery and back-up Network infrastructure and communication protocols Server hard- and software configurations Understanding of help desk concepts 16.6 Details of how the contractor will maintain the necessary security systems for users and its own employees to ensure data security remembering that the elected politicians and their staff are not subject to disciplinary control from the MPL Provide a motivation of why MPL should award the tender to the company Provide original certified copy of the contractor s Authorised Certifications. MPL reserves the right to contact any other person, company or organisation to 13
14 obtain information relating to the service provided by the contractor, either prior to awarding the contract or during the contract term Where legally permitted, provide a full list of the contractor s current clients, the service being contracted, and the start and end dates of the contract, and a contact person and contact number of the client. Where appropriate, similar information may be provided for previous clients for whom a comparable service has been provided Provide an up-time agreement of 99.75% detailing the standards of service to provide within the contract. 17. GENERAL CONDITIONS OF CONTRACT/BID Bidders shall provide full and accurate answers to the mandatory questions posed in or Do not comply/do not accept (with an X) regarding compliance to the requirements. Where necessary the bidder shall substantiate their response to a specific question The laws of the Republic of South Africa shall govern this RFP and the bidders hereby accept that the courts of the Republic of South Africa shall have jurisdiction. Accept Not Accept 17.2 MPL will not be liable for any costs incurred by the bidder in the preparation of response to this RFP. The preparation of response will be made without obligation to acquire any of the items included in any vendor s bid or to select any bid, or to discuss the reasons why such vendor s or any other bid was accepted or rejected. Accept Not Accept 17.3 MPL may request written clarification or further information regarding any aspect of this bid. The bidders must supply the requested information in writing within twenty four (24) hours or as determined by MPL after the request has been made, otherwise the bid may be disqualified. Accept Not Accept 14
15 17.4 In the case of consortium/jv/subcontractors, bidders are required to provide copies of signed agreements stipulating the work split, competences, client references and Rand Value. Accept Not Accept 17.5 MPL reserves the right to: Withdraw the tender for any reason whatsoever; Not to award the bid to the lowest bidder; Award the bid in part or in whole; and or Not to award the bid at all. Accept Not Accept 17.6 Bidders who are distributors and resellers are required to submit, back-to-back agreement and a service level agreement with their principals. Accept Not Accept 17.7 By submitting a bid in response to this RFB, the bidders accept the evaluation criteria as it stands. Accept Not Accept 17.8 Where applicable, MPL reserves the right to run benchmarks on equipment or services during and after the evaluation. Accept Not Accept 17.9 MPL reserves the right to conduct a pre-award survey during the source selection process to evaluate contractors capabilities to meet the requirements specified in the RFB and supporting documents. Accept Not Accept Only the solution commercially available at the bid closing date will be considered. No proposals for future solutions will be accepted. Accept Not Accept 15
16 17.11 Bidders must declare any form of relationship (family, friend or other) that they may have with any MPL employee/public office bearer, where it is known. (Bidders are further requested to declare any interests that an employee/public office bearer of the MPL may have in their company.) Accept Not Accept The bidder should not qualify the bid proposal with own conditions of bids. Caution: If the bidder does not specifically withdraw its own conditions of bid when called upon to do so, the bid response will be declared invalid. Accept Not Accept Should the bidder withdraw the bid before the bid validity period expires, MPL reserves the right to recover any additional expense incurred by MPL having to accept any less favourable bid or the additional expenditure incurred by MPL in the preparation of a new RFP and by the subsequent acceptance of any less favorable bid. Accept Not Accept Delivery of and acceptance of correspondence between MPL and the bidder sent by prepaid registered post (by air mail if appropriate) in a correctly addressed envelope to either party s postal address or address for service of legal documents will be deemed to have been received and accepted after (2) two days from the date of postage to the South African Post Office Ltd. Accept Not Accept Should the parties at any time after the award of the bid and prior to conclusion of the Contract fail to agree on any significant product price or service price adjustments, change in technical specification, change in service, etc. MPL shall be entitled on such failure to agree, to recall the letter of award and cancel the bid. Such cancellation shall mean that MPL reserves the right to award the same Proposal to next best Vendors on terms and conditions it deems fit. Accept Not Accept 16
17 17.16 In the case of a consortium or JV each of the authorized enterprise s members and/or partners of the different enterprises must co-sign this document. Accept Not Accept COMMERCIAL AND LEGAL REQUIREMENTS 1. Any amendment or change of any nature made to this RFP shall only be of force and effect if it is in writing, signed by MPL signatory and added to this RFP as an addendum. Comment Accept Not Accept 2. Failure or neglect by either party to (at any time) enforce any of the provisions of this Bid shall not, in any manner, be construed to be a waiver of any of that party s right in that regard and in terms of this Bid. Such failure or neglect shall not, in any manner, affect the continued, unaltered validity of this Bid, or prejudice the right of that party to institute subsequent action. Accept Not Accept Comment 3. Bidders who make use of sub-contractors. The bid will however be awarded to the Bidder as a primary contractor who will be responsible for the management of the awarded Bid. No separate contract will be entered into between MPL and any such subcontractors. Copies of the signed agreements between the relevant parties must be attached to the bid responses. Comment Accept Not Accept 4. All services supplied in accordance with this Bid must be certified to all legal requirements as per the South African Law. Accept Not Accept Comment 5. No interest shall be payable on accounts due to the successful Bid in an event of a dispute arising on any stipulation in the contract. Accept Not Accept Comment 17
18 17.18 Evaluation of Vendor Proposals will be performed by an Evaluation Panel established by MPL. Accept Not Accept Proposals will be evaluated on the basis of conformance to the required specifications as outlined in the RFP and the evaluation criteria as set out in the bid conditions FRONTING The MPL supports the spirit of broad based black economic empowerment and recognizes that real empowerment can only be achieved through individuals and businesses conducting themselves in accordance with the Constitution and in an honest, fair, equitable, transparent and legally compliant manner. Against this background the MPL condemn any form of fronting. Intentional misrepresentation by bidder (s) may constitute fraudulent practices. Accept Not Accept Comment The MPL, in ensuring that bidders conduct themselves in an honest manner will, as part of the bid evaluation processes, conduct or initiate the necessary enquiries/investigations to determine the accuracy of the representation made in bid documents. Should any of the fronting indicators as contained in the Guidelines on Complex Structures and Transactions and Fronting, issued by the Department of Trade and Industry, be established during such enquiry / investigation, the onus will be on the bidder to prove that fronting does not exist. Failure to do so within a period of 5 days from date of notification shall invalidate the bid. Accept Not Accept Comment Bidder(s) are required to sign the attached Declaration Form: Consent by bidders to allow the MPL to report fronting practices to DTI is attached hereto. Accept Not Accept Comment 18
19 17.20 SCREENING AND VETTING Acceptance of this bid is subject to the condition that the contracted service provider and all of its associates including personnel providing the service may be required to be cleared by the appropriate authorities to the level of CONFIDENTIAL/SECRET/TOP SECRET. If the principle contractor appoints a subcontractor with consent from the MPL, the same provisions and measures shall apply to the subcontractor. Comment Accept Not Accept 18. SCREENING CRITERIA All proposals that do not meet the following screening criteria will not be considered. 1. Valid tax clearance certificate 2. Original certified copy of the business registration certificate (CK, etc.) 3. Fully completed and signed tender documents 4. Full compliance with requirements in section 16, above. 19. EVALUATION CRITERIA /10 preferential point system will be applicable Functionality All proposals will be evaluated on the criteria provided in the table below Technical Evaluation Technical Evaluation Criteria Max Score 1 Company Track Record, Experience and Accessibility 60 Bidder has been operating in the Disaster Recovery (DR) industry for at 15 least 3 years (3 points for every year above 3 up to a maximum of 15 points) References letters from current and previous clients for DR services (3 15 points for every reference letter up to a maximum of 15 points) If any of the reference letters is from an organ of state on SAP system, 10 an additional 5 points will be allocated for that reference letter up to a maximum of 10 points DR site accessibility: 10 Available 24 hours a day (5 points) Available on weekends and public holidays (5 points) DR site amenities and accessibility: 10 19
20 Technical Evaluation Criteria Facilities for people with disabilities are provided for according to National Building Regulations, SANS 0400 (10 points) Max Score 2 Account Manager Experience 40 Minimum 3 years experience in managing business continuity accounts 20 (2 points for every year above 3 up to a maximum of 10 points) Certification in business continuity management (2 points for every 20 certificate up to a maximum of 10 points) Maximum Total 100 NOTE: Bidders who obtain a score less than seventy (70) points will be disqualified from further evaluation Financial Evaluation Financial Evaluation Criteria Max Score 1 All inclusive price of delivery of the turnkey solution 90 Maximum Total ENQUIRIES All technical enquiries should be directed to Mr Thabo Pienaar at /1332 during office hours. Non-technical (submission) queries should be directed to Mr Mabula at or Ms Nkosi during office hours. 20
ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT14 2014 DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
More informationRFB 201 13/MPL/ICT01R
Establishment of a disaster recovery site RFB 2013/MPL/ICT01R March 2013 1 PROBLEM STATEMENT The Mpumalanga Provincial Legislature (MPL) needs to establish an off-site Disaster Recovery Centre and is therefore
More informationKnysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software
Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software ADVERTISEMENT DATE: 15 th May 2014 RFQ NUMBER: 40/2014 DESCRIPTION OF GOODS/SERVICES:
More informationPROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE
1 SOL PLAATJE MUNICIPALITY INVITATION FOR QUOTATION Q 072 /2014: PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE SUPPLIER ADRESS: TEL NO: CELL NO.: FAX NO: Prepared for:- Prepared
More informationADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
More information90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS
Page 1 of 27 BID/RFQ NUMBER: RFB60419 CLOSING DATE: 7 DECEMBER 2015 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION OF BID: RENEWAL OF MICROSOFT LICENSES
More informationNCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011
REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011 1 UVIMBA FINANCE, 128 Alexandra Road, King William s Town, PO Box 495, 5601, Tel - 043 604
More informationREQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES
REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES RFP TSM/001/2015 1. Background to CATHSSETA CATHSSETA is a statutory body established through the Skills Development Act of 1998 to enable
More informationTERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project
TERMS OF REFERENCE Appointment of a website developer as service provider for the National Biosafety Communication Project I. INTRODUCTION AND BACKGROUND The National Biosafety Platform (Biosafety SA)
More informationKindly 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
More informationTerms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013
Terms of Reference for Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013 Issue Date: 15 November 2013 Closing Date: 06 December 2013 1 Request for Proposal Organisation
More informationIMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000
IMPLEMENTATION GUIDE PREFERENTIAL PROCUREMENT REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000 1 December 2011 1 TABLE OF CONTENTS PART ONE GENERAL 1.
More informationReproduced by Sabinet Online in terms of Government Printer s Copyright Authority No. 10505 dated 02 February 1998
4 No.34350 GOVERNMENT GAZETTE, 8 JUNE 2011 No. R. 502 8 June 2011 PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2011 I, Pravin J. Gordhan, Minister of Finance,
More informationLUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT
MUNICIPALITY UMASIPALA MUNISIPALITEIT LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT Private Bag X7111 QUEENSTOWN 5320 Telephone: 045 807 2000 Fax: 045 807 2059 Website: www.lukhanji.gov.za
More informationCity of Johannesburg Johannesburg Roads Agency
City of Johannesburg Johannesburg Roads Agency 66 Pixley Seme Street (previously Sauer Str.) Cnr. Rahima Moosa Street (previously Jeppe Str.) Johannesburg 2001 P/Bag X70 Braamfontein South Africa 2017
More informationPREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000
PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 [View Regulation] [ASSENTED TO 2 FEBRUARY, 2000] [DATE OF COMMENCEMENT: 3 FEBRUARY, 2000] (English text signed by the President) ACT To give
More informationT54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON
T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS
More informationNAMAKWA DISTRICT MUNICIPALITY
Notice: 31/2014 NAMAKWA DISTRICT MUNICIPALITY PROCUREMENT OF THE SUPPLY, DELIVERY & INSTALLATION OF A FLEET TRACKING SYSTEM... NAME OF SERVICE PROVIDER ADDRESS:...... TEL :... FAX :.. Ms M L Brandt Municipal
More information1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg.
Index: 1. Cover Page and Guideline pg. 2 2. Invitation to Tender (SBD 01) pg. 4 3. Valid Original Tax Clearance Certificate (SBD 02) pg. 7 4. Declaration of Interest (SBD 04) pg. 8 5. Preference Points
More informationREQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015
REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015 Advert date: 24 November 2014 RFQ background Closing Date: 04 December 2014 at 11:00 AM The Construction Education and Training Authority
More informationREQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS
Tel. (013) 282 5303 Fax. (013) 282 5594 Email: council@stevetshwete.gov.za Website: www.stevetshwetelm.gov.za P.O. Box 14, Middelburg, Mpumalanga, 1050 Civic Centre, Wanderers Avenue, Middelburg, Mpumalanga
More informationRecords Information Management System Development and Implementation
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : procurement@mgsl.co.za WEBSITE : www.mgslg.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
More information90 days (commencing from the RFB Closing Date)
Page 1 of 39 BID/RFQ NUMBER: RFB40111 COMPULSORY BRIEFING 12 JANUARY 2016 CLOSING DATE: 31 JANUARY 2016 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION
More informationTERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE EMAIL MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE EMAIL MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015 1.Description of Service The National Lotteries Commission requires
More informationREQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02
REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02 1. PROJECT TITLE Development of a customised solution driven performance
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: 018-2015/2016 PROVISION OF ARCHIVING SERVICES FOR CETA. Issued by:
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: 018-2015/2016 PROVISION OF ARCHIVING SERVICES FOR CETA Issued by: Construction Education and Training Authority: Supply Chain Unit Unit 5 Midrand Business
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY. RFQ No: 00010 2015/2016 PROVISION OF VEHICLE TRACKING DEVICES. Issued by:
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY RFQ No: 00010 2015/2016 PROVISION OF VEHICLE TRACKING DEVICES Issued by: Construction Education and Training Authority: Supply Chain Unit Unit 5 Midrand Business
More informationSoftware Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30
Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30 Mode of Bid Submission Hand deliver / courier / post Last Date & Time of Submission of Bid
More informationRequest for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 30 th September
More informationFINANCIAL SERVICES BOARD FSB REPUTATION MANAGEMENT BID FSB2015/019 CLOSING DATE: 14 JULY 2015
FSB REPUTATION MANAGEMENT CLOSING DATE: 14 JULY 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office Park, Block B; 41 Matroosberg
More informationTENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS
TENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS TENDER NO. NYDA-2014/01/RSK NATIONAL YOUTH DEVELOPMENT AGENCY (NYDA) 11 BROADWALK AVENUE HALFWAY HOUSE MIDRAND 1685
More informationINVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT:
INVITATION TO BID (SBD 1) YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS BID : NRF/SAAO/2016/014 CLOSING DATE: 8 April 2016 CLOSING TIME 11:00 BID DESCRIPTION Service and
More informationREQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM
REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM Tender Number: GNP-014-15 Request For Bid: KNP IPZ Eastern Perimeter River Gap Detection Security System TABLE OF CONTENTS
More informationQ044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY
SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 30 MARCH 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE
More informationREQUEST FOR PROPOSALS
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT 40 Hull Street, Cnr. 8th Street and Hull Streets TEL NO. : + 27 (0)11 830 2200 FAX NO.:+ 27 (0)11 830 2201 Vrededorp, Johannesburg, 2092 EMAIL : procurement@mgsl.co.za
More informationRequest 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,
More informationFINANCIAL SERVICES BOARD SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION BID FSB2015/017 CLOSING DATE: 23 JUNE 2015
SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION CLOSING DATE: 23 JUNE 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office
More informationRequest for proposal (RFP) for Off- Site Scanning of Files and Documents for the GPAA
(GPAA 34/2015) Request for proposal (RFP) for Off- Site Scanning of Files and Documents for the GPAA Page 1 of 38 RFP document scanning services bid (GPAA34/2015) DOCUMENT SCANNING FACILITIES BID: GOVERNMENT
More informationREQUEST FOR PROPOSAL/TENDER (RFP/T)
/Tender (RFP/T) REQUEST FOR PROPOSAL/TENDER (RFP/T) TENDER NUMBER: RFP/T: 01/02/14 COMPULSORY BRIEFING SESSION: DATE : 28 th February 2014 TENDER CLOSING: DATE : 14 th March 2014 TIME : 12h00 Noon DESCRIPTION:
More informationREQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : procurement@mgsl.co.za WEBSITE : www.mgsl.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
More informationAMATHOLE DISTRICT MUNICIPALITY
1 AMATHOLE DISTRICT MUNICIPALITY TERMS OF REFERENCE It is the intention of the Amathole District Municipality to enter into a formal contract with a service provider that will carry out the services described
More informationRequest for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project
CSIR TENDER DOCUMENTATION Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project RFP No. 667/30/10/2015 Date
More informationANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:
INVITATION TO BID SBD 1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND BID NUMBER: BSA/014/2015 CLOSING DATE: 02 November 2015 CLOSING TIME: 11:00 DESCRIPTION: (ERP) SOLUTION IMPLEMENTED IN
More informationT34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON
T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION
More informationNATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS.
NATIONAL STUDENT FINANCIAL AID SCHEME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS Issued by: NATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) 2nd Floor
More informationPlease attach certified BEE certificate to quotes above R10 000
DE DOORNS RAWSONVILLE TOUWSRIVIER WORCESTER A UNIQUE AND CARING VALLEY OF SERVICE EXCELLENCE, OPPORTUNITY AND GROWTH Burgersentrum Hoogstraat Civic Centre High Street Privaatsak X3046 Private bag WORCESTER
More informationReissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za Reissue:
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: 007-2015/2016 CUSTOMER RELATIONSHIP MANAGEMENT AND INTRANET Issued by: Construction Education and Training Authority: Supply Chain Unit Unit 5 Midrand
More informationRFQ 803 SUPPLY AND DELIVERY OF STATIONERY
IMS-SCM-020F RFQ 803 SUPPLY AND DELIVERY OF STATIONERY Procurement Less than R 500 000 (Including Vat) (For publication on Amatola Water Board Notice Board/s and Website) The Amatola Water Board requests
More informationAppointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014
Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. Briefing Session: 18 February 2015 at 14h00 RFP No.: RFP 28/2014 Closing Date: 10 March 2015,
More informationREQUEST FOR BIDS: APPOINTMENT OF SERVICE PROVIDER TO PROVIDE MEDIA MONITORING AND ANALYSIS SERVICES
REQUEST FOR BIDS: APPOINTMENT OF SERVICE PROVIDER TO PROVIDE MEDIA MONITORING AND ANALYSIS SERVICES (RFB NUMBER: PROC T243) CLOSING DATE AND TIME: 24 NOVEMBER 2014 AT 11H00AM CONTENTS PAGE 1 INVITATION
More informationSPECIAL CONDITIONS OF CONTRACT RT20-2015
SPECIAL CONDITIONS OF CONTRACT RT20-2015 THE APPOINTMENT OF A PANEL OF PROFESSIONAL SERVICE PROVIDERS FOR FINANCIAL MANAGEMENT AND RELATED SERVICES FOR THE STATE PERIOD 1 SEPTEMBER 2015 TO 31 AUGUST 2018
More informationThe purpose of this database is to give all prospective suppliers an equal opportunity to submit quotations.
TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON DEPARTMENT OF CORRECTIONAL SERVICE S SUPPLIER DATABASE FOR THE PERIOD 1 APRIL 2015 TO MARCH 2016 The purpose of this database is to give all
More information1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za
30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za Re-Advertisement: Request for Quotation Development of a Greening Programme for the City of Durban in preparation
More informationREQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08
Contract Number: SP-GK-0301/06/08 REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08 ISSUED BY: MS ELDAH PHATHWA SENIOR MANAGER: ACQUISITION SOUTH AFRICAN NATIONAL PARKS
More informationRequest for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 9 December
More informationADVERTISEMENT DATE 3 June 2015 RFQ NUMBER DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
More informationSOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer
SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer Contact persons: Mr. D Jacobs Telephone: 053 830 6413 Documents are obtainable from the Contract Department at
More informationFINANCIAL SERVICES BOARD MEDIA MONITORING (BROADCAST, PRINT AND ONLINE) BID FSB2015/037 CLOSING DATE: 24 NOVEMBER 2015
MEDIA MONITORING (BROADCAST, PRINT AND ONLINE) BID FSB2015/037 CLOSING DATE: 24 NOVEMBER 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk
More informationINVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND SOUTH AFRICA
INVITATION TO BID SBD 1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND SOUTH AFRICA BID NUMBER: BSA/015/2015 CLOSING DATE: 22 DECEMBER 2015 CLOSING TIME: 11:00 DESCRIPTION: OF BRAND SOUTH
More informationT01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON
T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION 1: GENERAL
More informationThursday, 04 December 2014@ 12h00
1 RFQ No. 8/2/2/24-2014 Closing Date and Time Thursday, 04 December 2014@ 12h00 Description Proposal for Service Provider to Provide Industrial Cleaning Services at the Vereeniging Fresh Produce Market.
More informationT34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES
T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES BID CLOSING DATE: MONDAY, 14 MARCH 2016 AT 12:00 NOON Industrial Development Corporation
More informationANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM
ANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat) (For publication on Ekurhuleni Metropolitan Municipality
More informationSUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS
SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS Name of company Town / City Revision 0, October 2012 1 ALL SUPPLIER INFORMATION WILL BE TREATED STRICTLY CONFIDENTIAL. NOTE: a) The information
More informationREQUEST FOR BIDS: THE APPOINTMENT OF A PROFESSIONAL VOIP SERVICES PROVIDER
REQUEST FOR BIDS: THE APPOINTMENT OF A PROFESSIONAL VOIP SERVICES PROVIDER (RFB NUMBER: PROC T250) CLOSING DATE AND TIME: 11 DECEMBER 2014 AT 11H00 AM Page 2 of 53 CONTENTS PAGE 1 INVITATION TO BID...
More informationEXTERNAL POLICY PROCUREMENT
EXTERNAL POLICY PROCUREMENT Revision: 0 Page 1 of 8 TABLE OF CONTENTS 1 SCOPE 3 2 POLICY 3 2.1 Procurement objectives 3 2.2 Broad-Based Black Economic Empowerment (BBBEE) 3 2.3 Business ethics and governance
More information2015/2016 DATABASE REGISTRATION FORM
TO ALL SUPPLIERS SEEKING REGISTRATION AS A PREFERRED SUPPLIER ON THE DATABASE OF THE NATIONAL TREASURY All suppliers are invited to register as a preferred supplier on the database of the CETA. In order
More informationREQUEST FOR PROPOSALS
ENQUIRIES : SUPPLY CHAIN MANAGEMENT UNIT TEL NO. EMAIL : : + 27 (0) 11 830 2200 procurement@mgsl.co.za FAX NO WEBSITE : : + 27 (0) 11 830 2201 www.mgslg.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
More informationF25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS
F25 F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS The Supplier List Application Form (F25) is an application to be registered on UNISA s supplier database and must
More informationPROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK
PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK CONTRACT NO: SP-GK-DC/2 TENDER DOCUMENT ISSUED BY: MS ELDAH PHATHWA
More informationNYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM
NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM NAME OF SERVICE PROVIDER : (To be completed by supplier) CONTACT NUMBER : (To be completed by supplier) FOR OFFICE USE ONLY Received By Verified
More informationQuotations will be opened in public in the Boardroom of the City Hall immediately after closing the same day DELIVERY TIME
SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 1 APRIL 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE
More informationSPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS
DEA AS AN ORGAN OF STATE SUBSCRIBES TO AND PROPAGATES BOTH THE NOTION OF BROAD BASED BLACK ECONOMIC EMPOWERMENT (BBBEE) ACT, No. 53 Of 2003, THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, No. 5 of
More informationREQUEST FOR PROPOSALS FOR MEDIA MONITORING SERVICES
REQUEST FOR PROPOSALS FOR MEDIA MONITORING SERVICES Closing date: 14 th September 2015 Time: 11:00 Submission format: Electronic submission to 331.procurement@sanedi.org.za Name of the respondent: Late
More informationSupply Chain Management Policy
Supply Chain Management Policy (Incorporating Preferential Procurement) Approved : 31 July 2013 Council : C 16/07/13 1 TABLE OF CONTENTS DEFINITIONS 3 POLICY STATEMENT... 11 Introduction... 11 Desired
More informationREVISED SUPPLY CHAIN MANAGEMENT POLICY
REVISED SUPPLY CHAIN MANAGEMENT POLICY Page 1 of 57 KOUGA MUNICIPALITY REVISED MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT, 2003 Date of adoption: Council
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 informationYagan Moodley Tel : (011) 3583458
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationQUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION DESCRIPTION. Background. Scope of Work
QUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS QUOTATION NUMBER: NRF/SAEON/ICT/03/2016 CLOSING DATE: 18 May 2015 QUOTATION DESCRIPTION Provision
More informationNELSON MANDELA BAY METROPOLIAN MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY VERSION 4
NELSON MANDELA BAY METROPOLIAN MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY VERSION 4 Date of adoption: Council resolves in terms of section 111 of the Local Government Municipal Finance Management Act
More informationSUPPLY CHAIN MANAGEMENT POLICY
SOUTH AFRICAN MEDICAL RESEARCH COUNCIL SUPPLY CHAIN MANAGEMENT POLICY SUPPLY CHAIN MANAGEMENT POLICY Page 1 of 12 Document review and approval Revision history Version Author Date 1 National Manager Operations
More informationVENDOR APPLICATION FORM
INTRODUCTION AND GUIDELINES VENDOR APPLICATION FORM The purpose of this database is to give all current and prospective service providers, an equal opportunity to submit quotations to the University for
More informationANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM
ANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat) (For publication on Ekurhuleni Metropolitan Municipality
More informationT10/05/15 REQUEST FOR PROPOSAL FOR THE PROVISON OF OFF-SITE STORAGE SERVICE FOR THE IDC RECORDS BID CLOSING DATE: MONDAY, 08 JUNE 2015 AT 12:00 NOON
T10/05/15 REQUEST FOR PROPOSAL FOR THE PROVISON OF OFF-SITE STORAGE SERVICE FOR THE IDC RECORDS BID CLOSING DATE: MONDAY, 08 JUNE 2015 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS
More informationSUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY
SUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY Signed by acting HOD wef 8 December 2008 PURPOSE 1. The purpose of the departmental procurement policy is to provide guidance within the Department regarding
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY RFQ NO: 00016-2015/2016
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY RFQ NO: 00016-2015/2016 WEBSITE HOSTING WITH SUITABLE AND USER-FRIENDLY WEB CONTENT MANAGEMENT FACILITIES Issued by: Construction Education and Training Authority:
More informationDoE Supply Chain Management Processes. 24 February 2016 Presenter: Boitumelo Musi
DoE Supply Chain Management Processes 24 February 2016 Presenter: Boitumelo Musi 1 Presentation overview i) Legislation and prescripts governing SCM in the ii) Public Sector Central Supplier database (CSD)
More informationCONTRACT MANAGEMENT POLICY POLICY ADOPTED BY COUNCIL ON???? AT ITEM C.????
CONTRACT MANAGEMENT POLICY POLICY ADOPTED BY COUNCIL ON???? AT ITEM C.???? 1 1. PRE-AMBLE All transactions undertaken by the Cape Winelands District Municipality involves a contract whether explicitly
More informationNational Arts Council (NAC) information of the National Arts Council (NAC) thereby developing a
National Arts Council (NAC) INVITATION FOR BID YOU ARE HEREBY INVITED TO SUBMIT BIDS Appointment of a service provider to conduct research on the archived information of the National Arts Council (NAC)
More informationREQUEST FOR PROPOSALS FROM SERVICE PROVIDERS TO PROVIDE AN
REQUEST FOR PROPOSALS FROM SERVICE PROVIDERS TO PROVIDE AN ELECTRONIC DOCUMENT AND RECORDS MANAGEMENT SYSTEM (EDRMS) AND A ROLL OUT PLAN THAT COMPLIES WITH THE NATIONAL ARCHIVES AND RECORDS SERVICES ACT
More informationTranscription services for committee minutes
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationTABLE OF CONTENTS WALTER SISULU UNIVERSITY. TITLE: Supply Chain Management Policy POLICY NUMBER: FIN 02 FORUM: DATE: MINUTE: EFFECTIVE DATE:
WALTER SISULU UNIVERSITY TITLE: Supply Chain Management Policy POLICY NUMBER: FIN 02 FORUM: DATE: MINUTE: EFFECTIVE DATE: REFER QUESTIONS TO: Chief Financial Officer NO. OF PAGES: TABLE OF CONTENTS WALTER
More informationREQUEST FOR PROPOSALS ENERGY RELATED PUBLIC RELATIONS SERVICES
REQUEST FOR PROPOSALS ENERGY RELATED PUBLIC RELATIONS SERVICES Name of Respondent:....................................................... CLOSING DATE THURSDAY 3rd July 2015 at 11H00 SUBMISSIONS TO BE
More informationPROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT
INVITATION TO TENDER Group technology & Commercial Volume 1: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION SHORT INVITATION TO TENDER FOR A PROPOSED BETWEEN: ESKOM HOLDINGS SOC LTD AND THE OR FOR (the
More informationDoE Supply Chain Management Processes
DoE Supply Chain Management Processes 16 September 2015 Presented by: Boitumelo Musi 1 Presentation overview Legislation and prescripts governing SCM in the Public Sector Supplier database registration
More informationCity of Johannesburg Supply Chain Management Unit
Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationMUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY
MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY This Municipal Supply Chain Management Policy is based on the model policy made available by the National Treasury: MFMA Circular 22 dated 25 August 2005. NOTE:
More informationTENDER BOX LOCATION. The Tendering System
GT/GDE/128/2015 SECTION 1-ISSUE DATE:2015-09-28 Page 1 of 50 Client Support Request for Proposal RFP NUMBER RFP DESCRIPTION Page 1 of 3 GT/GDE/128/ 2015 BIDDERS ARE HEREBY INVITED TO SUBMIT PROPOSALS FOR:
More informationCITY POWER JOHANNESBURG
City Power Johannesburg 40 Heronmere Road Reuven Johannesburg PO Box 38766 Booysens 2016 Tel +27(0) 11 490 7000 Fax +27(0) 11 490 7590 www.citypower.co.za CITY POWER JOHANNESBURG Bidders are hereby invited
More information