Monday, March 23, 2015

Size: px
Start display at page:

Download "Monday, March 23, 2015"

Transcription

1 Head Office, KN 4 AV 18 P.O. Box 5620 Kigali, Rwanda Tel: / procurement@rw.kcbbankgroup.com 24h interactive website: Monday, March 23, 2015 RE: REQUEST FOR PROPOSALS FOR SUPPLY AND INSTALLATION OF ARCHIVING SOLUTIONS KCB Bank Rwanda Limited (hereinafter referred to as the Bank ) is a leading commercial bank in Rwanda, renowned for its diversity and growth potential. The Bank is a member of the KCB Group of Companies The Bank wishes to invite all interested companies to submit their proposals for the supply and installation of various archiving solutions at KCB Bank Rwanda Ltd Interested bidders should abide by the tender package requirements. Well printed bids should be sent in sealed envelopes to the reception of 3 rd Floor Wing B, Rugigana House KCB Bank Rwanda Ltd P.O. Box 5620 KIGALI - RWANDA And be dropped in the tender box not later than Wednesday 24 th April 2015 at 3.00pm The opening of bids will take place on the same day at KCB Bank Rwanda Ltd in the assigned Board Room same day at 3:30pm We welcome your submission and wish you luck in this competitive process. Yours sincerely PAUL B. MUREITHI HEAD OF OPERATIONS & LOGISTICS Directors: Tom D.O. Ipomai (Chairman); M. K. Toroitich (Managing Director); A. W. Kirima (Mrs.); F. K. Mbundu (Mr.); S. Mukandutiye; (Mrs.); S. Ayinkamiye (Mrs.); J. Muiru (Mr.); D. Zitunga (Mr.); M. Rwigamba (Ms.). Share Capital: FRW 13,147,397,511 Member of KCB Group

2 TENDER NOTICE KCB Bank Rwanda Ltd is a fully owned subsidiary of The KCB Group, a leading banking group in Eastern Africa, renowned for its diversity and growth potential. The KCB Bank Group commands the largest branch network in Kenya and has presence in Tanzania, Uganda, South Sudan, Rwanda and Burundi. As a leading player in the global financial markets, the Group maintains working arrangements with correspondent banks throughout the world. KCB Bank Rwanda Ltd is seeking proposals for: Supply and Installation of Archiving Solutions - Tender Ref: G Supply of Promotional Materials -Tender Ref: G Supply of Computer Equipment -Tender Ref: G Eligible suppliers are invited to submit proposals based on the detailed tender documents which will be available at the Procurement office KCBR Head Office, 3 rd Floor Reception on Tuesday 24 th March 2015, Rugigana House. Note that physical tender documents prepared by the bank will attract a nonrefundable fee of FRW 20,000, payable across the counters of any of the KCBR branches on transaction fee account N o. PL.55220, and will be handed over to eligible suppliers upon presentation of proof of payment of the fee. The documents can also be downloaded at our website The proposals must be delivered by hand and should be addressed to The Head of Operations & Logistics KCB Bank Rwanda Ltd P.O. Box 5620, Kigali, RWANDA Telephone: / procurement@rw.kcbbankgroup.com The documents in a plain sealed envelope so addressed should be deposited in the tender box located at KCBR Head Office, 3 rd Floor, Rugigana House, Avenue de la Paix, not later than 15 th April 2015 at 3.00pm KCB Bank Rwanda Ltd reserves the right to accept or reject any proposal without giving reasons for its decision and will not in any case be responsible or liable for any costs associated with the preparation and submission of any proposal Paul B Mureithi HEAD OF OPERATIONS & LOGISTICS KCB BANK RWANDA LTD KIGALI-RWANDA

3 KCB BANK RWANDA LTD REQUEST FOR PROPOSALS SUPPLY AND INSTALLATION OF ARCHIVING SOLUTIONS TENDER NUMBER Release Date: Tuesday, 24 TH MARCH 2015 Last Date for Receipt of bids: Wednesday, 15 th APRIL 2015

4 Table of Contents 1. REQUEST FOR PROPOSALS INTRODUCTION BACKGROUND, AIMS AND OBJECTIVES FORMAT OF RFP RESPONSE AND OTHER INFORMATION FOR BIDDERS DEADLINE FOR SUBMISSION OF BIDS BID PACKAGING COMMENCEMENT OF WORKS COST OF BIDDING CLARIFICATION OF BIDDING DOCUMENT AMENDMENT OF BIDDING DOCUMENT RESPONSIVENESS OF PROPOSALS EVALUATION AND COMPARISON OF BIDS DATA VALIDATION CURRENCY TERMS OF REFERENCE LOT 1 - REQUIREMENT AND SPECIFICATION FOR SLIDING BULK FILING SYSTEM LOT 2 REQUIREMENTS SPECIFICATIONS RECORDS SHELVES DETAILED REQUIREMENTS EVALUATION CRITERIA TECHNICAL EVALUATION FINANCIAL OFFERS BUYERS RIGHTS GENERAL CONDITIONS OF THE CONTRACT INTRODUCTION AWARD OF CONTRACT APPLICATION OF GENERAL CONDITIONS OF CONTRACT BID VALIDITY PERIOD NON-VARIATION OF COSTS DELAYS IN THE BIDDER S PERFORMANCE LIQUIDATED DAMAGES FOR DELAY GOVERNING LANGUAGE APPLICABLE LAW BIDDER S OBLIGATIONS THE BANK S OBLIGATIONS CONFIDENTIALITY FORCE MAJEURE TERMS OF PAYMENT ANNEXURES SUPPLIER QUESTIONNAIRE VENDOR PROFILE FINANCIAL INFORMATION BUSINESS ACTIVITIES TRADE REFERENCES CERTIFICATIONS, ACCREDITATIONS AND APPROVALS AGENCIES AND PARTNERSHIPS MANAGEMENT POLICIES...14 Commercial-In-Confidence Page 1 KCB Bank Rwanda Ltd

5 6. BUSINESS PROBITY AND LITIGATION MANAGEMENT INSURANCE EVALUATION...15 CERTIFICATE OF COMPLIANCE...17 Commercial-In-Confidence Page 2 KCB Bank Rwanda Ltd

6 1. Request for Proposals 1.1 Introduction KCB Bank Rwanda Limited (hereinafter referred to as the Bank ) is a leading commercial bank in Rwanda, renowned for its diversity and growth potential. The Bank is a member of the KCB Group of Companies, which include KCB Kenya Ltd, KCB Uganda Ltd, KCB Tanzania Ltd, KCB South Sudan Ltd, KCB Capital Ltd, KCB Foundation and KCB Bancassurance Ltd. The Bank wishes to invite all interested companies to submit their proposals for the following goods Lot 1: Supply and Installation of Bulk Filing System in KCBR Head Office Lot 2: Supply and Installation of Records Archives Open Shelves at the KCBR Central Archives (located in Magerwa) and KCBR Head Office Archives The information in this document, including its appendices and attachments is confidential and is subject to the provisions of the bank s non-disclosure agreement. The contents herein shall not be disclosed to any third party without explicit prior written consent of the bank, and shall not be used for any purpose other than the furtherance of this tender. 1.2 Background, Aims and Objectives The objective of this RFP is to identify and prequalify bidders for supply and installation of shelves for the bank s archives in compliance with the technical specifications and other contractual terms. 1.3 Format of RFP Response and Other Information for Bidders a. The bidder shall include in their offer any additional services considered necessary for the successful proposal and clearly indicate Additional. b. Proposals from bidders shall be submitted in two distinct parts, namely i. Technical proposal ii. Financial proposal c. The two shall be enclosed in two separate sealed envelopes, both of which shall then be placed in a common sealed envelope marked: RFP for Supply and Installation of Archiving Solutions NO.. d. The two separate inner envelopes shall be clearly marked Technical Proposal, and Financial Proposal, respectively, and shall bear the name of the Bidder. e. The bid documents shall dropped in the tender box on 3 rd Floor Wing B, Rugigana House, KCBR Head Office, Avenue de la Paix, on or before the closing date and time. f. The envelope containing the two proposals shall be addressed as follows RFP for Supply of Archiving Solutions Head of Operations & Logistics KCB Bank Rwanda Ltd 3 rd Floor Wing B, Rugigana House P.O. Box 5620 KIGALI - RWANDA Commercial-In-Confidence Page 3 KCB Bank Rwanda Ltd

7 g. Documents may also be submitted by in PDF format to address 1.4 Deadline for Submission of Bids a. Bids shall be submitted on or before Tuesday 14 th April 2015 at 3.00 pm. Any bid received by the Bank after this deadline shall be rejected. b. Those submitting tenders or their representatives shall attend the tender opening on 14 th April 2015 at 3:30pm 1.5 Bid Packaging a. The Technical Proposal shall contain all the relevant technical details in response to the bank requirements outlined in this RFP. Bids that do not have this information shall be disqualified from further evaluation b. The Financial proposal shall clearly indicate the details of the financial costs and total cost of carrying out the project. This shall include all taxes and incidentals as applicable c. Bidders are requested to hold their proposals valid for ninety (90) days from the closing date for the submission. The Bank shall make its best effort to arrive at a decision within this period. 1.6 Commencement of Works a. Assuming that the identification of the supplier will be satisfactorily concluded, the bidders shall be expected to commence the assignment after the final agreement is reached. b. The contracting arrangements shall define clearly the responsibilities and the services to be provided by the supplier as well as the obligations of the bank. c. The Bank reserves the right to accept or to reject any bid, and to annul the bidding process and reject all bids at any time prior to the award of the contract, without thereby incurring any liability to any Bidder or any obligation to inform the Bidder of the grounds for its action. 1.7 Cost of bidding a. The bidder shall detail the proposed costs in their financial proposal. b. The Bidder shall bear all costs associated with the preparation and submission of its bid. The Bank will not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 1.8 Clarification of Bidding Document a. Should there be any doubt or uncertainty, the Bidder shall seek clarification in writing addressed to the Procurement Department through address procurement@rw.kcbbankgroup.com b. Any clarification sought by the bidder in respect of the RFP shall be addressed at least four (4) days before the deadline for submission of bids, in writing to the Manager Procurement through the same . Commercial-In-Confidence Page 4 KCB Bank Rwanda Ltd

8 c. It shall the responsibility of the Bidder to obtain any further information required to complete this RFP. d. Any clarification requests and their associated response will be circulated to all Bidders. e. The RFQ Clarification Template shall follow the following format:- i. Company Name: ii. Contact Person: (primary Supplier contact) iii. iv. Phone: v. Fax: vi. Document Number/Supplier vii. Mailing date # Section/ Paragraph 1 Question Amendment of Bidding Document a. At any time prior to the deadline for submission of bids, the Bank may, for any reason, (whether at its own initiative or in response to a clarification requested by a prospective Bidder) modify the bidding documents by amendment. b. All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing, and it shall be binding on them. It is therefore important that bidders give the correct details in the format given on page 3 at the time of receiving the RFP document. c. To allow prospective Bidders reasonable time to take any amendments into account in preparing their bids, the Bank may at its sole discretion extend the deadline for the submission of bids based on the nature of the amendments Responsiveness of Proposals The bank will assess the responsiveness of the proposals to the requirements of this RFP. A responsive proposal is deemed to contain all documents or information specifically called for in this RFP document. A bid determined not responsive will be rejected by the Bank and may not subsequently be made responsive by the Bidder by correction of the non-conforming item(s) Evaluation and Comparison of Bids a. Technical proposals shall be evaluated first, and shall form the basis for bids comparison b. Financial bids for firms that meet the technical requirements will be opened and assessed for completeness and competitiveness 1 This is as per the KCBR Tender Document number G Commercial-In-Confidence Page 5 KCB Bank Rwanda Ltd

9 c. Financial bids of firms whose technical proposals are found to be non-qualifying or nonresponsive in whatever respect shall be returned unopened Data Validation The Bank reserves the right to validate any and all the data supplied by the bidder, including but without limitation to, searches to establish the registration and registered directors of the company, customers, bankers and insurers Currency All bids in response to this RFP should be expressed in Rwandan francs. Expressions in other currencies shall not be considered 2. Terms of Reference The bidder will be required to provide the bank with below details: 2.1 Lot 1 - Requirement and Specification for Sliding Bulk Filing System a. Please note: if more than one model is being offered then please make and fill out extra copies of this form as necessary Item Description Requirement Proposed to be filled by supplier 1 Type Metallic, fire and bullet proof required and mandatory 2 Colour Grey 3 Price To be filled by supplier 4 Price Validity 1 year 5 Height 2.5 meters 6 Area 5.6m x 4m 7 Columns 4 8 Rows inside 6 9 Document Size Standard 10 Closed or Open shelve Closed 11 Stainless steel Mandatory 12 Lead-time for delivery 6 weeks 13 Estimate quantity As per area above b. A technical brochure of the proposed equipment must be attached. c. A compulsory site visit shall be carried out by all prospective bidders to the Central Archive KCBR Head Office on Tuesday 7 th April 2015 at 9: 00am d. Coltilda Mujawingoma (tel ) and/or Guillaume Kayigema (tel ) shall be the contact persons for the site visit. e. The supplier shall be responsible for installation of metal shelving units in a secure manner, to solid blocking, in accordance with the recommendations of the manufacturer for the installation involved, and with the detailing shown in the above table 2.2 Lot 2 Requirements Specifications records shelves a. Please note: if more than one model or design is being offered the bidder should fill out extra copies of this form as necessary Commercial-In-Confidence Page 6 KCB Bank Rwanda Ltd

10 Item Description Requirement Proposed to be filled by supplier 1. Type Metallic 2. Colour Grey 3. Price To be filled by supplier 4. Price Validity 1 year 5. Width To be determined by site survey 6. Height 3 meters 7. Depth To be determined by site survey 8. Document Size Standard 9. Closed or Open shelve Open 10. Stainless steel Mandatory 11. Lead-time for delivery 4 weeks 12. Estimate quantity To be filled by the supplier b. A technical brochure of the proposed equipment must be attached. c. A compulsory site visit should be carried out by all prospective bidders to both sites (Magerwa and Head Office) on Tuesday 7 th April 2015 at 11:00am. d. Coltilda Mujawingoma (tel ) and/or Guillaume Kayigema (tel ) shall be the contact persons for the site visit. 2.3 Detailed Requirements The RFP response shall consist of: - a. This RFP document duly signed b. Approval licenses, by the various bodies for compliance, MUST be included. c. A Company /firm profile in the following format: - i. A brief Introduction -This is a summary of the company history, accomplishments and philosophy ii. iii. iv. Owners and Directors of the company submitting the RFP bid List of top 10 clients serviced by the service provided All the relevant Licenses v. Letters of recommendation by three major clients where the vendor has implemented similar projects of the size and design of KCB. vi. 3. Evaluation Criteria 3.1 Technical evaluation Any other information /documents which may be considered necessary of useful for this RFP. The bid will be evaluated on the basis of the requirements in section 2 and the table as appendix 1 of this document. The bidder should take special cognizance to provide relevant details for technical evaluation, which will be based on the following: a. Mandatory Requirements Bids that do not meet this criteria will be disqualified Commercial-In-Confidence Page 7 KCB Bank Rwanda Ltd

11 b. Preliminary documents - all preliminary documents to support the bid as indicated in the requirement brief (section 2.2) must be provided. These will be assessed to qualify the bid for further evaluation. Copies of all licenses MUST be provided c. Letters of recommendation by three major clients where the vendor has implemented projects of the size and design of KCB. Also required are letters of no objection from the clients that KCB can make enquiries. 3.2 Financial Offers The bidder shall provide the financial quotations/offers for the supply and installation of the Bulk filling system-sliding and Records archive open shelves as per above technical specifications Please note that a. All rates shall be set in the Rwandan currency (FRW) b. Payment for any service rendered shall be done through a KCB account c. Cost shall be quoted inclusive of 18% VAT 3.3 Buyers Rights KCB Bank Rwanda KCB) reserves the right to reject any or all RFP without giving any reasons and KCB Bank Rwanda has no obligation to accept any offer made. KCB also reserves the right to keep its selection and selection criteria confidential. KCB Bank Rwanda reserves the right to award the tender in part or in whole to either a single vendor or split the award to multiple vendors in the final award. Bids not strictly adhering to RFP conditions may not be considered by KCB whose decision on the matter shall be final. 4. General Conditions of the Contract 4.1 Introduction Specific terms of contract shall be discussed with the bidder whose proposal will be accepted by the Bank. The resulting contract shall include but not be limited to the general terms of contract as stated below from Award of Contract Following the opening and evaluation of proposals, the Bank will award the Contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the best evaluated bid. The Bank will communicate to the selected bidder its intention to finalize the draft conditions of engagement submitted earlier with his proposals. After agreement will have been reached, the award will be made to the successful Bidder. 4.3 Application of General Conditions of Contract These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract that shall be agreed. These General Conditions of Contract shall be deemed to apply to the contract or LPO that shall be issued in connection with the requirement in this tender. Commercial-In-Confidence Page 8 KCB Bank Rwanda Ltd

12 4.4 Bid Validity Period Bidders are requested to hold their proposals valid for ninety (90) days from the closing date for the submission. 4.5 Non-variation of Costs The prices quoted for the service and subsequently agreed and incorporated into the contract shall be held fixed for the contract period for the specific requirement contained herein. 4.6 Delays in the Bidder s Performance a. Delivery and performance of the bidder s obligations shall be made by the successful Bidder in accordance with the time schedule as per Agreement. b. If at any time during the performance of the Contract, the Bidder should encounter conditions impeding timely delivery and performance of the Services, the Bidder shall promptly notify the Bank in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Bidder's notice, the Bank shall evaluate the situation and may at its discretion extend the Bidder's time for performance, with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract. c. Except in the case of force majeure as provided in Clause 4.13 a delay by the Bidder in the performance of its delivery obligations shall render the Bidder liable to the imposition of liquidated damages pursuant to Clause Liquidated damages for delay The contract resulting out of this RFP shall be incorporate suitable provisions for the payment of liquidated damages by the bidders in case of delays in performance of contract. 4.8 Governing Language The Contract shall be written in the English Language. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall also be in English 4.9 Applicable Law The agreement arising out of this RFP shall be governed by, and construed in accordance with the laws of Rwanda and the parties submit to the exclusive jurisdiction of the Rwanda Courts Bidder s Obligations a. The Bidder is obliged to work closely with the Bank's staff, act within its own authority, and abide by directives issued by the Bank that are consistent with the terms of the Contract. b. The Bidder is responsible for managing the activities of its personnel, or subcontracted personnel, and will hold itself responsible for any misdemeanors. c. The Bidder will not disclose the Bank's information it has access to, during the course of the work, to any other third parties without the prior written authorization of the Bank. This clause shall survive the expiry or earlier termination of the contract Commercial-In-Confidence Page 9 KCB Bank Rwanda Ltd

13 4.11 The Bank s Obligations In addition to providing Bidder with such information as may be required by the bidder to complete the requirements, the Bank shall, a. Provide the Bidder with specific and relevant information concerning the requirements. b. In general, provide all information and access to Bank's personnel; and c. Appoint a coordinator who shall arrange any access to its information and staff required by Bidder for its performance under the contract, if agreed and required Confidentiality The parties (the bidder and the Bank) undertake on behalf of themselves and their employees, agents and permitted subcontractors that they will keep confidential and will not use for their own purposes (other than fulfilling their obligations under the contemplated contract) nor without the prior written consent of the other disclose to any third party any information of a confidential nature relating to the other (including, without limitation, any trade secrets, confidential or proprietary technical information, trading and financial details and any other information of commercial value) which may become known to them under or in connection with this RFP and the contemplated contract. The terms of this Clause shall survive the expiry or earlier termination of the contract Force Majeure a. Neither Bidder nor Bank shall be liable for failure to meet contractual obligations due to Force Majeure. b. Force Majeure impediment is taken to mean unforeseen events, which occur after signing the contract with the successful bidder, including but not limited to strikes, blockade, war, mobilization, revolution or riots, natural disaster, acts of God, refusal of license by Authorities or other stipulations or restrictions by authorities, in so far as such an event prevents or delays the contractual party from fulfilling its obligations, without its being able to prevent or remove the impediment at reasonable cost. c. The party involved in a case of Force Majeure shall immediately take reasonable steps to limit consequence of such an event. d. The party who wishes to plead Force Majeure is under obligation to inform in writing the other party without delay of the event, of the time it began and its probable duration. The moment of cessation of the event shall also be reported in writing. e. The party who has pleaded a Force Majeure event is under obligation, when requested, to prove its effect on the fulfilling of the contemplated contract 4.14 Terms of Payment Payment shall be made through a KCB account upon receipt of the invoice and a signed completion report attached. No advance payment will be provided Commercial-In-Confidence Page 10 KCB Bank Rwanda Ltd

14 5. Annexures 5.1 Supplier Questionnaire Bidders, willing to be considered for the tender for supply and installation of shelves in the central archive ( Magerwa) and Head Office are expected to furnish the bank with among others the following vital information, which will be treated in strict confidence. 5.2 Vendor profile Please specify the following: No Description Response a) Name of Company / Individual (full corporate name and any relevant business name(s)) b) Date of incorporation (dd/mm/yyyy) c) Certificate of incorporation number (please provide a copy of your incorporation certificate) d) Postal address e) Tel number f) Fax number g) address h) Location of registered office including street/road i) Name and address of main vendor contact person including name, current position/title, address, telephone, fax and address j) Name and address of bankers k) Name and address of insurers l) Brief description of business m) Key offices and their locations n) Global rating by renowned rating agencies (Provide evidence of the rating) o) Number of professional staff Management Technical Consulting Support p) Number of your professional staff with more than 5 consecutive years experience in Commercial-In-Confidence Page 11 KCB Bank Rwanda Ltd

15 No Description Response Name and contacts of the Legal Representative of the company; Name, Title; Telephone, Fax and address. Contact person within the organization to whom enquiries about this bid should be directed: NAME: TITLE TEL: FAX: Financial Information No. PARTICULARS a) What was your turnover in the last two years? for year ended --/--/---- b) Has your organization met all its obligations to pay its creditors and staff during the past year? If no, please give details: for year ended --/--/---- Yes / No c) Have you had any contracts terminated for poor performance in the last three years, or any contracts where damages have been claimed by the contracting authority? Yes / No If yes, please give details: d) What is the name and branch of your bankers (who could provide a reference)? e) Provide a copy of the following Name: Branch: Telephone Number: Postal Address: Contact Person Name: Contact Position Contact A copy of your most recent audited accounts (for the last two years) Commercial-In-Confidence Page 12 KCB Bank Rwanda Ltd

16 No. PARTICULARS A statement of your turnover, profit & loss account and cash flow for the most recent year of trading (for the last two years) A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position. 5.4 Business Activities Personnel profile a. Provide the organization structure of your firm and summarize the number of employees in each department or function b. Provide the resource structure for implementation and support of solution required Directors details Please provide the following details for all directors of your organisation: Name Nationality Citizenship Shares held Trade References Please provide in the table below details of the projects you have undertaken relevant to the job you are bidding for performed over the last three (3) years or that are relevan t to this bid document. No 1. Customer Organization (name) Customer contact name and phone number Contract reference and brief description: Date contract awarded Value of businesses transacted: (FRW) Certifications, Accreditations and Approvals Detail any relevant certifications and accreditations by principals or accreditation bodies and attach copies of such certification. Such certifications may be for your company or for your Commercial-In-Confidence Page 13 KCB Bank Rwanda Ltd

17 individual staff as relevant to the work they do and the key skills for the service or goods you propose to supply. 5.7 Agencies and Partnerships Detail any agencies and partnerships that you have that are relevant to the categories of services you will be offering. 5.8 Management Policies a. Employee Integrity - How does the firm ensure the integrity of staff? Detail any related policies. b. Code of Conduct/Ethics - Does your company have a code of conduct? If so, please attach a copy. - Indicate if your company subscribes to a professional body with a code of conduct/ethics. c. Company employment policy - Does the firm have a documented employment policy? What are key highlights from this policy if in existence? d. Environmental Policy/Green Agenda Policy - Is your firm ISO certified or do you have an environmental policy as an organization? - Are your waste segregated as per different waste streams? - How are wastes from your firm disposed? e. Customer Service - Does the firm have a documented policy on Customer Service? - Which position in your firm is responsible for customer service and how is this position supported by other functions? - Does your firm use any performance management techniques, including customer satisfaction measurement? If so, what are the key parameters? 6. Business Probity and Litigation Management Please confirm whether any of the following criteria applies to your organization: Note that failure to disclose information relevant to this section may result in your exclusion as a potential KCB supplier. No. PARTICULARS RESPONSE a) Is the organization bankrupt or being wound up, having its affairs administered by the court, or have you entered into an arrangement with creditors, suspended business activities or any analogous situation arising from similar proceedings in Rwanda or the country in which it is established? Commercial-In-Confidence Page 14 KCB Bank Rwanda Ltd

18 No. PARTICULARS RESPONSE b) Please provide a statement of any material pending or threatened litigation or other legal proceedings where the claim is of a value in excess of USD 20,000. c) Has any partner, director, shareholder or employee whom you would propose to use to deliver this service been convicted of an offence concerning his professional conduct? d) Has any partner, director or shareholder been the subject of corruption or fraud investigations by the police, Rwanda Anti- Corruption Authority or similar authority in the country in which your organization is established? e) Has the organization not fulfilled obligations relating to the payment of any statutory deductions or contributions including income tax as required under Rwandan law or the laws of the country in which it is established? f) Please state if any Director shareholder/ Partner and / or Company Secretary of the Organization is currently employed or has been employed in the past 3 years by KCB. g) Please state if any Director / Partner and / or Company Secretary of the Organization has a close relative who is employed by KCB and who is in a position to influence the award of any supply award. A close relative refers to spouse, parents, siblings and children 7. Insurance Please provide details of your current insurance cover a) Employer s Liability: b) Public Liability: c) Professional Indemnity (if applicable) d) Other (specify) Value 8. Evaluation Mandatory Requirements for Evaluation The following documents must be attached. i. Certificate of Incorporation (if any) ii. Certificate from relevant regulatory authority (where applicable) Commercial-In-Confidence Page 15 KCB Bank Rwanda Ltd

19 iii. iv. TAX PIN Certificate Tax Compliance certificate. KCB Bank Rwanda Limited v. List of Directors, telephone and their postal address vi. Bank Account Information Commercial-In-Confidence Page 16 KCB Bank Rwanda Ltd

20 CERTIFICATE OF COMPLIANCE We have read this tender document for Supply and Installation of shelves in central archive (Magerwa) and Head Office and agree with the terms and conditions stipulated therein. Stamp and signature of the supplier Date: End of Document Commercial-In-Confidence Page 17 KCB Bank Rwanda Ltd

Supplier prequalification Document

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

More information

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015 PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:.. 1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy

More information

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 International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information

PROVISION OF LEGAL SERVICES

PROVISION OF LEGAL SERVICES COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents

More information

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY

More information

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions

More information

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT PREQUALIFICATION OF BIDDERS FOR PROVISION OF OFFICE MEDICAL INSURANCE SERVICES FOR THE FINANCIAL YEAR 2014-2015 BIDER S NAME:. CATEGORY NO:.. MBT/CA/50/2014-2015

More information

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review CLOSING DATE & TIME FRIDAY, 23 JANUARY 2015 17H00 (Namibian Time) POSTAL & PHYSICAL ADDRESS

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2015 2017

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2015 2017 PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2015 2017 1.0 INVITATION FOR PREQUALIFICATION TO TENDER FOR THE SUPPLY OF GOODS & SERVICES. (One application form can only be used to apply

More information

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts) STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION

More information

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 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

More information

Development of application Software for Election Commission

Development of application Software for Election Commission M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name

More information

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) PROVISION OF MOTOR VEHICLE INSURANCE ITB No.: AD15-008-INT Prepared by Rue E. Pierre 11, Zone Ambassade de Etats-Unis Tabarre 27, Port-au-Prince, Haiti 30 June

More information

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015 PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015 1.0 INVITATION FOR PREQUALIFICATION TO TENDER FOR THE SUPPLY OF GOODS & SERVICES (One application form can only be used to apply

More information

KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.

KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. TENDER NO. KMA/ONT/BULK DIGITIZATION/011/ 2014-15 KENYA MARITIME

More information

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The

More information

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 PREQUALIFICATION OF BIDDERS FOR PROVISION OF SOFTWARE SYSTEM SERVICES, WEBSITE MANAGEMENT AND MAINTENACE

More information

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise

More information

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI TM REF: RD171/13 TM Quotation 142/13 QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI Date Published: 18 th October 2013 Closing Date: 29 th October 2013 at 10:00am CET

More information

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006 PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY

NATIONAL INDUSTRIAL TRAINING AUTHORITY NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015

More information

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank RFP Reference No : OBC/HO/DIT/RFP-CONS/03 / 2010-11 Request For Proposal (RFP) for Empanelment of IT Consultants for Bank Oriental Bank of Commerce Department of Information Technology Head Office New

More information

Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool)

Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool) Star Union Dai-ichi Life Insurance Company Limited Request for Proposal (RFP) For Learning Management System (Online e-learning tool) Issue Date :-27 th June 2014 Last Date of Submission of Proposal: -4

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to

More information

KERIO VALLEY DEVELOPMENT AUTHORITY

KERIO VALLEY DEVELOPMENT AUTHORITY KERIO VALLEY DEVELOPMENT AUTHORITY TENDER NO.: KVDA/T/14/2015-2016 FOR PROVISION OF GROUP PERSONAL ACCIDENT INSURANCE COVER FOR STAFF Receipt No. Tender Reg. No CLOSING DATE 26 TH JUNE, 2015 AT 10.00 AM

More information

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY (NEMA) TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NEMA/T/14/2015-2016 MAY 2015 TABLE OF CONTENTS INTRODUCTION. 3

More information

PRE-QUALIFICATION OF INFORMATION SYSTEMS SUPPLIERS FOR YEAR 2015-2017

PRE-QUALIFICATION OF INFORMATION SYSTEMS SUPPLIERS FOR YEAR 2015-2017 PRE-QUALIFICATION OF INFORMATION SYSTEMS SUPPLIERS FOR YEAR 2015-2017 PRE-QUALIFICATION DOCUMENT CATEGORY NO CATEGORY DESCRIPTION RECEIPT NO. (attach receipt copy) NOVEMBER 2014-1 - CONTENTS 1. Introduction.

More information

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY TENDER NO. NCA/T/7/2015-2016 OCTOBER, 2015 1 Table of Contents Page

More information

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals

More information

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT CONDITIONS OF TENDER TENDER NO : XXX TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT EVALUATION CRITERIA 1. Unless otherwise allowed by the Ministry

More information

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016 REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF

More information

If you are unclear about the implications of Auto Enrolment you will find our Guide to Auto Enrolment a good starting point.

If you are unclear about the implications of Auto Enrolment you will find our Guide to Auto Enrolment a good starting point. The Pay Check Auto Enrolment Service A service designed for Pay Check clients who are looking for a first class pension solution that is simple to administer, cost effective and guarantees full compliance

More information

END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE

END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE IMPORTANT: BY INSTALLING THIS SOFTWARE THE LICENSEE ACCEPTS THE TERMS AND CONDITIONS CONTAINED HEREIN AND THIS AGREEMENT ENTERS INTO FORCEBETWEEN

More information

Managed Services for Wide Area Network and Internet Services

Managed Services for Wide Area Network and Internet Services REPUBLIC OF KENYA THE JUDICIARY Tender Document For Managed Services for Wide Area Network and Internet Services FOR THE YEAR 2014-2015 TENDER NO: JUD/113/2014-2015 TABLE OF CONTENTS PAGE SECTION I INVITATION

More information

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT TENDER FOR SUPPLY AND INSTALLATION OF VIDEO CONFERENCE FACILITY AT THE VICE-CHANCELLOR S OFFICE TENDER

More information

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: procurement@ntsa.go.ke

More information

SECTION 6: RFQ Process, Terms and Conditions

SECTION 6: RFQ Process, Terms and Conditions SECTION 6: RFQ Process, Terms and Conditions Note to suppliers and Respondents In managing this procurement the Buyer will endeavour to act fairly and reasonably in all of its dealings with interested

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Block DP, Plot-5/1, Sector-V, Salt Lake, Kolkata 700091 www.kol.stpi.in NOTICE INVITING QUOTATION FOR SUPPLY OF MS OFFICE 2013 SOFTWARE AT STPI KOLKATA Ref. No. STPI/KOL/PUR-16/2015/QTN-68

More information

TENDER NO. KETRACO/PT/003/2015 LEASE OF DARK FIBRES ON KETRACO OPTIC FIBRE NETWORK TO LICENCED APPLICATION & CONTENT SERVICE PROVIDERS TENDER DOCUMENT

TENDER NO. KETRACO/PT/003/2015 LEASE OF DARK FIBRES ON KETRACO OPTIC FIBRE NETWORK TO LICENCED APPLICATION & CONTENT SERVICE PROVIDERS TENDER DOCUMENT TENDER NO. KETRACO/PT/003/2015 LEASE OF DARK FIBRES ON KETRACO OPTIC FIBRE NETWORK TO LICENCED APPLICATION & CONTENT SERVICE PROVIDERS TENDER DOCUMENT March, 2015 THE TENDERER IS ADVISED TO READ CAREFULLY

More information

REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO

REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO TENDER NAME: ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REFERENCE NUMBER: CBL/FNC/8/C/TC/03/20I5

More information

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com Request for Proposal (RFP) Online Registration System Contract for AAMDC s Convention Events Closing Date & Time: Friday, August 8, 2014 at 4:30 pm MDT One (1) electronic copy of response in Word or PDF

More information

CHAPTER 11 APPEALS AND DISPUTES

CHAPTER 11 APPEALS AND DISPUTES CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public

More information

Standard conditions of purchase

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

More information

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 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 information

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

Video Production Services for the Ontario College of Trades (the College)

Video Production Services for the Ontario College of Trades (the College) Video Production Services for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2014-03 Date Issued: 14 April 2014 1 TABLE OF CONTENTS A. INTRODUCTION...4 1. Objective...

More information

Limited Tenders for the work of : Web Hosting Space for UGVCL s website.

Limited Tenders for the work of : Web Hosting Space for UGVCL s website. Limited Tenders for the work of : Web Hosting Space for UGVCL s website. 1 INSTRUCTION TO BIDDER & CONDITIONS OF CONTRACT Web Hosting Space for our website. LIMITED TENDER ENQUIRY NO. :-02/2006 UTTAR GUJARAT

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION

More information

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 LOT 2: A DIGITAL ADDRESSABLE FIRE DETECTION AND ALARM

More information

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF

More information

ACCOUNT OPENING FORM. CUSTOMER INFORMATION (Please fill in where applicable) Customer Name Registration N BRN: Registration Date

ACCOUNT OPENING FORM. CUSTOMER INFORMATION (Please fill in where applicable) Customer Name Registration N BRN: Registration Date ACCOUNT OPENING FORM Domestic Company Global Business / International Company / Investment Fund Parastatal Body Club / Association Societe / Partnership FOR OFFICE USE ONLY CIF NO. ACCOUNT NUMBER/S CUSTOMER

More information

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. CORPORATE OFFICE: COURTPETA: BERHAMPUR- 760004. DISTRICT: GANJAM. TENDER NOTICE NO: 02/07-08

More information

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station

More information

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX

More information

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office BUILDING MAINTENANCE Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office August 2015 Instructions to Tenderers 1. The contract conditions

More information

KENYA COMMERCIAL BANK REQUEST FOR PROPOSAL (RFP) KCB CORPORATE EVENTS MANAGEMENT AGENCY

KENYA COMMERCIAL BANK REQUEST FOR PROPOSAL (RFP) KCB CORPORATE EVENTS MANAGEMENT AGENCY KENYA COMMERCIAL BANK REQUEST FOR PROPOSAL (RFP) KCB CORPORATE EVENTS MANAGEMENT AGENCY Release Date: Wednesday, 18 th December 2013 Last Date for Receipt of bids: Friday, 10 th January 2014 at 3.00pm

More information

BANK OF UGANDA REPUBLIC OF UGANDA

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: info@bou.or.ug

More information

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I

More information

Empanelment of Vendors for Load Testing

Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

FOR INFORMATION PURPOSES ONLY

FOR INFORMATION PURPOSES ONLY On December 23, 2013, the debtor Metropolitní spořitelní družstvo v likvidaci, having its registered office at Balbínova 404/22, Prague 2, Postal Code 120 00, Identification Number: 255 71 150, registered

More information

HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016

HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016 HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016 PROVISION OF AIR CONDITIONING INSTALLATIONS FOR THE INTERIOR FIT OUT OF MEZZANINE FLOOR AND REDESIGN OF MAIN BOARDROOM TENDER CLOSING DATE: WEDNESDAY 18

More information

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES FOR THE NABARD FINANCIAL SERVICES NABARD Financial Services Limited # 190, Rashtriya Vidyalaya Road, Jayanagar 2nd Block, Bengaluru-560

More information

Consultant s Services Small Assignments, Lump-Sum Payments

Consultant s Services Small Assignments, Lump-Sum Payments STANDARD AND SAMPLE CONTRACT FOR Consultant s Services Small Assignments, Lump-Sum Payments Public Procurement Authority Accra, Ghana April, 2014 Table of Contents SECTION I: CONTRACT FORM... 1 Services...

More information

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 A. BRIEF PROJECT REQUIREMENT Bank of Baroda has a

More information

KITUI WATER & SANITATION CO. LTD

KITUI WATER & SANITATION CO. LTD KITUI WATER & SANITATION CO. LTD ANNUAL TENDERS FOR 2015/2016 FINANCIAL YEAR TENDER NO. KITWASCO/014/15-16 TENDER NAME: TENDER FOR THE PROVISION OF STAFF WORK INJURY BENEFITS SERIAL NO: 1 P a g e TABLE

More information

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

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 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 information

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS Annex I RFP Instructions to Proposers TABLE OF CONTENTS 1. INTRODUCTION... 3 1.1 General... 3 1.2 Eligible Proposers... 4 1.3 Cost of Proposal... 6 2. SOLICITATION DOCUMENTS... 6 2.1 Contents of Sollicitation

More information

ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID

ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID TENDER NO. KP4/9A/PT/04-15/17 PREQUALIFICATION TENDER COAST REGION 2015-2017 SUPPLY, REPAIR & MAINTENANCE OF AIR CONDITIONING SYSTEMS, SPLIT UNITS, FANS & WATER DISPENSERS (NOVEMBER 2014) ALL CANDIDATES

More information

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/036 Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas International Renewable Energy Agency Abu Dhabi, UAE November,

More information

REQUEST FOR PROPOSALS FOR A DOCUMENT MANAGEMENT SYSTEM

REQUEST FOR PROPOSALS FOR A DOCUMENT MANAGEMENT SYSTEM Ref No.: - RFP 003/2015 REQUEST FOR PROPOSALS FOR A DOCUMENT MANAGEMENT SYSTEM Closing Date: 5 th May 2015 Date Published: 10 th April 2015 This document is free of charge. Transport Malta is the Authority

More information

TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE

TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE Welcome to the Textura Construction Payment Management ( CPM ) System. By clicking

More information

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following:

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NOTICE SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NO: CT1607Y001 DESCRIPTION: TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT 1 TABLE OF CONTENTS PAGE INVITATION FOR PROPOSALS 3 SPECIFICATIONS 4 ATTORNEY S FEES AND COSTS, INSURANCE

More information

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT REQUEST FOR PROPOSAL For Scanning, Digitization of Documents/Files along with software facility for

More information

Eskom Holdings SOC Ltd s Standard Conditions of Tender

Eskom 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 information

Completed applications together with supporting documents (if applicable) should be forwarded to our offices as follows:

Completed applications together with supporting documents (if applicable) should be forwarded to our offices as follows: Dear Customer We thank you for your interest in becoming a valued customer. Herewith please find our application for credit facilities incorporating our standard terms and conditions of sale and suretyship

More information

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/2014-2015/179 Dt. 02.07.2014. LIMITED TENDER NOTICE

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/2014-2015/179 Dt. 02.07.2014. LIMITED TENDER NOTICE OMNIBUS INDUSTRIAL DEVELOPMENT CORPORATION OF DAMAN & DIU AND DADRA and NAGAR HAVELI LTD. (A Govt. Undertaking) Corporate Office : Plot No.35, Somnath, Nani Daman - 396 210. Tel: (0260) 2241120, 2241112,

More information

TENDER NUMBER: SACU/004/2015/O Provision of Short-Term Insurance. CLOSING DATE & TIME 12 AUGUST 2014 17H00 (Namibian Time)

TENDER NUMBER: SACU/004/2015/O Provision of Short-Term Insurance. CLOSING DATE & TIME 12 AUGUST 2014 17H00 (Namibian Time) TENDER NUMBER: SACU/004/2015/O Provision of Short-Term Insurance CLOSING DATE & TIME 12 AUGUST 2014 17H00 (Namibian Time) POSTAL & PHYSICAL ADDRESS FOR TENDER SUBMISSION Southern African Customs Union

More information

BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG Employment and Social Legislation, Social Dialogue Labour Law BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES

More information

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business Reference Number: RFP P&D(39)/184 /2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications

More information

--------------------------------------------------------------------------------------------------------------------------------------

-------------------------------------------------------------------------------------------------------------------------------------- Indian Institute of Technology Hyderabad KANDI, SANGAREDDY Medak (District) - PIN-502 285, Telangana, India Phone-91-040-23016025 Email: cenlib@iith.ac.in Webpage: http://library.iith.ac.in --------------------------------------------------------------------------------------------------------------------------------------

More information

REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE RISK MANAGEMENT TENDER NO.: PC/RFP/03/2015-2016 SELECTION OF CONSULTANTS

REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE RISK MANAGEMENT TENDER NO.: PC/RFP/03/2015-2016 SELECTION OF CONSULTANTS P.O. Box - 34542-00100 Tel :+254 20 2212346/7/8 Fax :+254 20 2212237 Extelcoms House,11th Floor Haile Selassie Avenue Nairobi, Kenya REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE

More information

EXPRESSION OF INTEREST. for. Reconciliation System

EXPRESSION OF INTEREST. for. Reconciliation System EXPRESSION OF INTEREST for Reconciliation System May 2015 (K-REP Bank reserves the right to cancel this request for EOI and / or invite afresh with or without amendments to this request for EOI, without

More information