SELECTION OF APPLICANTS. RFP No.: 09/UPSDM

Size: px
Start display at page:

Download "SELECTION OF APPLICANTS. RFP No.: 09/UPSDM"

Transcription

1 Standard Request for Proposals SELECTION OF APPLICANTS RFP No.: 09/UPSDM Outsourcing services for Uttar Pradesh Skill Development Mission (UPSDM) for HR Agency for deployment of specialized Manpower Client: UPSDM/UPSDS(legal entity) Country: India Issued on: 23 rd May, 2014 i P a g e

2 Standard Request for Proposals Preface This Request for Proposals ( RFP ) has been prepared by the Client and is based on the Standard Request for Proposals ( SRFP ) issued by the World Bank 1 ( the Bank ), dated September The SRFP reflects the structure and the provisions of the Master Procurement Document for Selection of Consultants ( Master Document ) prepared by participating Multilateral Development Banks (MDBs), except where specific considerations within the respective institutions have required a change. The Client will also be following the procedures set out in the NRLM Procurement Manual under NRLP. 1 References in this SRFP to the World Bank or Bank include both the International Bank for Reconstruction and Development (IBRD) and International Development Association (IDA).

3 Standard Request for Proposals TABLE OF CLAUSES PART I... 1 Section 1. Notice... 1 Section 2. Instructions to Applicants and Data Sheet... 3 A. General Provisions Definitions Introduction Conflict of Interest Unfair Competitive Advantage Corrupt and Fraudulent Practices Eligibility... 6 B. Preparation of Proposals General Considerations Cost of Preparation of Proposal Language Documents Comprising the Proposal Only One Proposal Proposal Validity... 8 a. Removal and/or Replacement of Personnel Clarification and Amendment of RFP Technical Proposal Format and Content Financial Proposal C. Submission, Opening and Evaluation Submission, Sealing, and Marking of Proposals Confidentiality Opening of Technical Proposals Proposals Evaluation Evaluation of Technical Proposals Public Opening of Financial Proposals (for QCBS, FBS, and LCS methods) Correction of Errors Lump-Sum Contracts Taxes Conversion to Single Currency D. Negotiations and Award Negotiations Conclusion of Negotiations Award of Contract E. Data Sheet iii P a g e

4 Master Document for Selection of HR Agency Section 3. Technical Proposal Standard Forms Checklist of Required Forms Form TECH FORM TECH-2 (FOR FULL TECHNICAL PROPOSAL ONLY) Form TECH Form TECH FORM Section 4. Financial Proposal - Standard Forms Section 5. Eligible Countries Section 6. Client Policy Corrupt and Fraudulent Practices Section 7. Terms of Reference Terms of Payment PART II Section8. Conditions of Contract and Contract Forms... 43

5 PART I Section 1. Notice RFP No.09/ UPSDM/2014 Dated: Lucknow 23 rd May, UPSDS is an autonomous society under Societies Registration Act 1860, of Vocational Education and Skill Development Department of Government of Uttar Pradesh. The mission has been set up to integrate the efforts of various state and central government organizations in the area of skill development. The mission will be implementing skill development components under six centrally sponsored schemes namely Multi-Sectoral Development Program (MSDP), National Rural Livelihood Mission (NRLM), Swarn Jayanti Sahari Rozgar Yozna (SJSRY), Border Area Development Program (BADP), Scheduled Caste Assistance to Scheduled Caste Sub Plan (SCA to SCSP), Skill Development Initiative (SDI), and two funds Building and Other Construction Workers Welfare Cess Fund (BOCW) and State Skill Development Fund (SSDF). The Client (UPSDM) now invites proposals to provide the following outsourcing services (hereinafter called Services ): Outsourcing services for Uttar Pradesh Skill Development Mission (UPSDM) for HR Agency for deployment of specialized Manpower. 2. More details on the Services are provided in the Terms of Reference (Section 7). 3. This Request for Proposals (RFP) has been addressed to the following shortlisted Consultants: I. Srijan, Bangalore II. Ranstad, Kolkata III. Strategic Alliance Management Systems (SAMS), New Delhi IV. Sutra, Bhubaneswar (with TM Inputs and Services Pvt Ltd) V. Inductus Consultants India, New Delhi VI. Mercer Consulting India (with ABC Consultants), Gurgaon, Haryana VII. Xavier Institute of Management, Bhubaneswar (XIMB) VIII. Entrepreneurship Development Institute of India (EDI), Ahmedabad IX. Tata Institute of Social Sciences, Mumbai X. Institute of rural management Anand (IRMA), Gujarat XI. Indian institute of Social Welfare and Business Management 1 P a g e

6 Section 1. Notice (IISWBM), Kolkata 4. An Applicant will be selected on the basis of Least Cost Selection in a Full Technical Proposal (FTP) format as described in this RFP format as described in this RFP, in accordance with the procedures set out in the NRLM Procurement Manual, which follows the Consultants Selection Guidelines of the World Bank dated January 2011, which can be found at the following website: 5. The RFP includes the following documents: Section 1 - Notice Section 2 - Instructions to Applicants and Data Sheet Section 3 - Technical Proposal FTP - Standard Forms Section 4 - Financial Proposal Section 5 - Terms of Reference Section 6 - Standard Forms of Contract: will be issued in a week. 6. Details on the proposal s submission date, time and address are provided in Clauses12.3 and 12.4 of the data sheet of Instruction to Applicants (ITA). 7. This RFP is being issued by Uttar Pradesh Skill Development Mission for selection of Applicant (H.R Agency). Yours sincerely, (Bhuvnesh Kumar) Mission Director Uttar Pradesh Skill Development Mission Department of Vocational Education and Skill Development Govt. of Uttar Pradesh ITI Aliganj Campus Aliganj, Lucknow Pin Code: mdssdm-up@nic.in

7 Section 2. Instructions to Applicants and Data Sheet A. General Provisions 1. Definitions (a) Affiliate(s) means an individual or an entity that directly or indirectly controls, is controlled by, or is under common control with the Applicant. (b) Applicable Guidelines means the policies of the government/client governing the selection and Contract award process as set forth in this RFP. (c) Applicable Law means the laws and any other instruments having the force of law in the Client s country, or in such other country as may be specified in the Data Sheet, as they may be issued and in force from time to time. (d) Client means the implementing agency that signs the Contract for the Services with the selected Applicant. (e) Applicant or HR Agency means a legally-established professional services firm or an entity that may provide or provides the Services to the Client under the Contract. (f) Contract means a legally binding written agreement signed between the Client and the HR Agency and includes all the attached documents listed in its Clause 1 (the General Conditions of Contract (GCC), the Special Conditions of Contract (SCC), and the Appendices). (g) Data Sheet means an integral part of the Instructions to Applicants (ITA) Section 2 that is used to reflect specific country and assignment conditions to supplement, but not to over-write, the provisions of the ITA. (h) Day means a calendar day. (i) Experts means, collectively, Key Experts, Non-Key Experts, or any other personnel of the Applicant or Joint Venture member(s). (j) Government means the Government of Uttar Pradesh. (k) Joint Venture (JV) means an association with or without a legal personality distinct from that of its members, of more than one Applicants where one member has the authority to conduct all business for and on behalf of any and all the members of the JV, and where the members of the JV are jointly and severally liable to the Client for the performance of the Contract. (l) Key Expert(s) means an individual professional whose skills, 3 P a g e

8 Section 2. Instructions to Applicants qualifications, knowledge and experience are critical to the performance of the Services under the Contract and whose CV is taken into account in the technical evaluation of the Applicant s proposal. (m) ITA (this Section 2 of the RFP) means the Instructions to Applicants that provides the Applicants with all information needed to prepare their Proposals. (n) Non-Key Expert(s) means an individual professional provided by the Applicant or its Sub-Applicant and who is assigned to perform the Services or any part thereof under the Contract and whose CVs are not evaluated individually. (o) Proposal means the Technical Proposal and the Financial Proposal of the Applicant. (p) RFP means the Request for Proposals to be prepared by the Client for the selection of Applicants, based on the SRFP. (q) SRFP means the Standard Request for Proposals, which must be used by the Client as the basis for the preparation of the RFP. (r) Services means the work to be performed by the HR Agency pursuant to the Contract. (s) Sub-applicant means an entity to whom the Applicant intends to subcontract any part of the Services while remaining responsible to the Client during the performance of the Contract. (t) TORs (this Section 7 of the RFP) means the Terms of Reference that explain the objectives, scope of work, activities, and tasks to be performed, respective responsibilities of the Client and the Applicant, and expected results and deliverables of the assignment. (u) UPSDM means Uttar Pradesh Skill Development Mission. 2. Introduction 2.1 The Client named in the Data Sheet intends to select a HR Agency from the eligible Applicants as per the criteria laid down in this RFP. 2.2 The Applicants should familiarize themselves with the local conditions and take them into account in preparing their proposals, including attending a pre-proposal conference if one is specified in the Data Sheet. Attending any such pre-proposal conference is optional and is at the Applicants expense. 2.3 The Client will timely provide, at no cost to the Applicants, the inputs, relevant project data, and reports required for the preparation of

9 Section 2. Instructions to Applicants the Applicant s Proposal as specified in the Data Sheet. 3. Conflict of Interest 3.1 The Applicant is required to provide professional, objective, and impartial advice, at all times holding the Client s interests paramount, strictly avoiding conflicts with other assignments or its own corporate interests, and acting without any consideration for future work. 3.2 The Applicant has an obligation to disclose to the Client any situation of actual or potential conflict that impacts its capacity to serve the best interest of its Client. Failure to disclose such situations may lead to the disqualification of the Applicant or the termination of its Contract Without limitation on the generality of the foregoing, and unless stated otherwise in the Data Sheet, the Applicant shall not be hired under the circumstances set forth below: a. Conflicting activities b. Conflicting assignments (i) (ii) Conflict between consulting activities and procurement of goods, works or non-consulting services: a firm that has been engaged by the Client to provide goods, works, or nonconsulting services for a project, or any of its Affiliates, shall be disqualified from providing consulting services resulting from or directly related to those goods, works, or nonconsulting services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, or any of its Affiliates, shall be disqualified from subsequently providing goods or works or non-consulting services resulting from or directly related to the consulting services for such preparation or implementation. Conflict among consulting assignments: an Applicant (including its Experts and Sub-Applicants) or any of its Affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Applicant for the same or for another Client. c. Conflicting relationships 4. Unfair Competitive Advantage (iii) Relationship with the Client s staff: a Applicant (including its Experts and Sub-Applicants) that has a close business or family relationship with a professional staff of the Client, who are directly or indirectly involved in any part of (i) the preparation of the Terms of Reference for the assignment, (ii) the selection process for the Contract, or (iii) the supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Client throughout the selection process and the execution of the Contract. 4.1 Fairness and transparency in the selection process require that the Applicants or their Affiliates competing for a specific assignment do not derive a competitive advantage from having provided consulting services related to the assignment in question. To that end, the Client shall indicate in the Data Sheet and make available to all shortlisted Applicants together with this RFP all information that would in that

10 Section 2. Instructions to Applicants respect give such Applicant any unfair competitive advantage over competing Applicants. 5. Corrupt and Fraudulent Practices 5.1 The client requires compliance with regard to corrupt and fraudulent practices as set forth in Section In further pursuance of this, Applicant shall permit and shall cause its agents, Experts, Sub-Applicants, sub-contractors, services providers, or suppliers to permit the client to inspect all accounts, records, and other documents relating to the submission of the Proposal and contract performance (in case of an award), and to have them audited by auditors appointed by the client. 6. Eligibility 6.1 The client permits Applicants (individuals and firms, including Joint Ventures and their individual members) from all countries to offer consulting services. 6.2 Furthermore, it is the Applicant s responsibility to ensure that, joint venture members, Sub-Applicants, agents (declared or not), subcontractors, service providers, suppliers and/or their employees meet the eligibility requirements as described in the TOR. 6.3 As an exception to the foregoing Clauses 6.1 and 6.2 above: a. Sanctions A firm or an individual sanctioned by the client or client s government in accordance with the above Clause 5.1 shall be ineligible to be awarded a contract, or to benefit from the client s government/client -financed contract, financially or otherwise, during such period of time as the client shall determine. c. Restrictions for Governmentowned Enterprises Government-owned enterprises or institutions shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) that they are not dependent agencies of the Client To establish eligibility, the government-owned enterprise or institution should provide all relevant documents (including its charter) sufficient to demonstrate that it is a legal entity separate from the government; it does not currently receive any substantial subsidies or budget support; it is not obligated to pass on its surplus to the government; it can acquire rights and liabilities, borrow funds, and can be liable for repayment of debts and be declared bankrupt; and it is not competing for a contract to be awarded by the government department or agency which, under the applicable laws or regulations, is its reporting or supervisory authority or has the ability to exercise influence or control over it. d. Restrictions for public employees Government officials and civil servants are not eligible to be included in the Applicant s Proposal unless such engagement

11 Section 2. Instructions to Applicants does not conflict with any employment or other laws, regulations, or policies of the client s government, and they (i) are on leave of absence without pay, or have resigned or retired; (ii) are not being hired by the same agency they were working for before going on leave of absence without pay, resigning, or retiring (in case of resignation or retirement, for a period of at least 6 (six) months, or the period established by statutory provisions applying to civil servants or government employees in the client s country, whichever is longer. People who are employed by the government-owned universities, educational or research institutions are not eligible unless they have been full time employees of their institutions for a year or more prior to being included in Applicant s Proposal.; and (iii) their hiring would not create a conflict of interest. B. Preparation of Proposals 1. General Considerations 2. Cost of Preparation of Proposal 1.1 In preparing the Proposal, the Applicant is expected to examine the RFP in detail. Material deficiencies in providing the information requested in the RFP may result in rejection of the Proposal. 2.1 The Applicant shall bear all costs associated with the preparation and submission of its Proposal, and the Client shall not be responsible or liable for those costs, regardless of the conduct or outcome of the selection process. The Client is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the Applicant. 3. Language 3.1 The Proposal, as well as all correspondence and documents relating to the Proposal exchanged between the Applicant and the Client, shall be written in the language(s) specified in the Data Sheet. 4. Documents Comprising the Proposal 4.1 The Proposal shall comprise the documents and forms listed in the Data Sheet. 4.2 If specified in the Data Sheet, the Applicant shall include a statement of an undertaking of the Applicant to observe, in competing for and executing a contract, the Client country s laws against fraud and corruption (including bribery). 4.3 The Applicant shall furnish information on commissions, gratuities, and fees, if any, paid or to be paid to agents or any other party relating to this Proposal and, if awarded, Contract execution, as

12 Section 2. Instructions to Applicants requested in the Financial Proposal submission form (Section 4). 5. Only One Proposal 6. Proposal Validity a. Removal and/or Replacement of Personnel 5.1 The Applicant (including the individual members of any Joint Venture) shall submit only one Proposal, either in its own name or as part of a Joint Venture in another Proposal. If a Applicant, including any Joint Venture member, submits or participates in more than one proposal, all such proposals shall be disqualified and rejected. This does not, however, preclude a Sub-Applicant, or the Applicant s staff from participating as Key Experts and Non-Key Experts in more than one Proposal when circumstances justify and if stated in the Data Sheet. 6.1 The Data Sheet indicates the period during which the Applicant s Proposal must remain valid after the Proposal submission deadline. 6.2 Except as the Client may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Applicant, such as retirement, death, medical incapacity, among others, it becomes necessary to replace any of the Key Personnel, the Applicant shall provide as a replacement a person of equivalent or better qualifications. 6.3 If the Client finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Applicant shall, at the Client s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Client. 6.4 The Applicant shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel. b. Extension of Validity Period 6.5 The Client will make its best effort to complete the negotiations within the proposal s validity period. However, should the need arise, the Client may request, in writing, all Applicants who submitted Proposals prior to the submission deadline to extend the Proposals validity. 6.6 If the Applicant agrees to extend the validity of its Proposal, it shall be done without any change in the original Proposal and with the confirmation of the availability of the Proposed Personnel. 6.7 The Applicant has the right to refuse to extend the validity of its Proposal in which case such Proposal will not be further evaluated.

13 Section 2. Instructions to Applicants c. Substitution of Proposed Personnel at Validity Extension 6.8 If any of the Proposed Personnel become unavailable for the extended validity period, the Applicant shall provide a written adequate justification and evidence satisfactory to the Client together with the substitution request. In such case, a replacement Key Expert shall have equal or better qualifications and experience than those of the originally proposed Key Expert. The technical evaluation score, however, will remain to be based on the evaluation of the CV of the original Key Expert. 6.9 If the Applicant fails to provide a replacement Proposed Personnel with equal or better qualifications, or if the provided reasons for the replacement or justification are unacceptable to the Client, such Proposal will be rejected. d. Sub-Contracting 6.10 The Applicant shall not subcontract the Services. e. Earnest Money Deposit (EMD) 6.11 Every bidder, if not exempted, participating in the bidding process must furnish the required earnest money deposit as specified in the Terms of reference section EMD of a bidder lying with Uttar Pradesh Skill Development Mission in respect of other bids awaiting decision will not be adjusted towards EMD for the fresh bids. The EMD originally deposited may, however, be taken into consideration in case bids are re-invited Form of EMD: The EMD may be deposited in the form of a banker s cheque or demand draft or bank guarantee in favour of Uttar Pradesh Skill Development Society payable at Lucknow. The EMD shall be valid for the period of Bid Validity as mentioned in the Data Sheet. The same shall be payable at par at Lucknow Refund of EMD: The EMD of unsuccessful bidders shall be refunded soon after final acceptance of bid and award of contract Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the following cases:- i. When the bidder withdraws or modifies his bid proposal after opening of bids. ii. When the bidder does not execute the agreement after placement of order within the specified time. iii. When the bidder fails to provide services as per RFP within the time prescribed. iv. To adjust any dues against the firm from any other contract with Uttar Pradesh Skill Development Mission. 7. Clarification and Amendment of RFP 7.1 The Applicant may request a clarification of any part of the RFP during the period indicated in the Data Sheet before the Proposals submission deadline. Any request for clarification must be sent in writing, or by standard electronic means, to the Client s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response

14 Section 2. Instructions to Applicants (including an explanation of the query but without identifying its source) to all shortlisted Applicants. Should the Client deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure described below: At any time before the proposal submission deadline, the Client may amend the RFP by issuing an amendment in writing or by standard electronic means. The amendment shall be sent to all shortlisted Applicants and will be binding on them. The shortlisted Applicants shall acknowledge receipt of all amendments in writing If the amendment is substantial, the Client may extend the proposal submission deadline to give the shortlisted Applicants reasonable time to take an amendment into account in their Proposals. 7.2 The Applicant may submit a modified Proposal or a modification to any part of it at any time prior to the proposal submission deadline. No modifications to the Technical or Financial Proposal shall be accepted after the deadline. 8. Technical Proposal Format and Content 8.1 The Technical Proposal shall not include any financial information. A Technical Proposal containing material financial information shall be declared non-responsive. Only one CV shall be submitted for each position. Failure to comply with this requirement will make the Proposal non-responsive. 8.2 Depending on the nature of the assignment, the Applicant is required to submit a Full Technical Proposal (FTP), or a Simplified Technical Proposal (STP) as indicated in the Data Sheet and using the Standard Forms provided in Section 3 of the RFP. 9. Financial Proposal a. Price Adjustment 9.1 The Financial Proposal shall be prepared using the Standard Forms provided in Section 4 of the RFP. It shall list all costs associated with the assignment, including (a) remuneration for the proposed personnel, (b) cover charges. The costs shall be quoted on a monthly basis. 9.2 For assignments with a duration exceeding 18 months, a price adjustment provision for foreign and/or local inflation for remuneration rates applies if so stated in the Data Sheet. b. Taxes 9.3 The Applicant and its Sub-Applicants and Experts are responsible for meeting all tax liabilities arising out of the Contract unless stated otherwise in the Data Sheet. Information on taxes in the Client s country is provided in the Data Sheet. c. Currency of Proposal 9.4 The Applicant may express the price for its Services in the currency or currencies as stated in the Data Sheet. If indicated in the Data Sheet, the portion of the price representing local cost shall be

15 Section 2. Instructions to Applicants stated in the national currency. d. Currency of Payment 9.5 Payment under the Contract shall be made in the currency or currencies in which the payment is requested in the Proposal. C. Submission, Opening and Evaluation 10. Submission, Sealing, and Marking of Proposals 10.1 The Applicant shall submit a signed and complete Proposal comprising the documents and forms in accordance with relevant Clauses (Documents Comprising Proposal). The submission can be done by mail or by hand. If specified in the Data Sheet, the Applicant has the option of submitting its Proposals electronically An authorized representative of the Applicant shall sign the original submission letters in the required format for both the Technical Proposal and, if applicable, the Financial Proposals and shall initial all pages of both. The authorization shall be in the form of a written power of attorney attached to the Technical Proposal A Proposal submitted by a Joint Venture shall be signed by all members so as to be legally binding on all members, or by an authorized representative who has a written power of attorney signed by each member s authorized representative Any modifications, revisions, interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Proposal The signed Proposal shall be marked ORIGINAL, and its copies marked COPY as appropriate. The number of copies is indicated in the Data Sheet. All copies shall be made from the signed original. If there are discrepancies between the original and the copies, the original shall prevail The original and all the copies of the Technical Proposal shall be placed inside of a sealed envelope clearly marked TECHNICAL PROPOSAL, [Name of the Assignment], RFP reference number, name and address of the Applicant, and with a warning DO NOT OPEN UNTIL [INSERT THE DATE AND THE TIME OF THE TECHNICAL PROPOSAL SUBMISSION DEADLINE] Similarly, the original Financial Proposal (if required for the applicable selection method) shall be placed inside of a sealed envelope clearly marked FINANCIAL PROPOSAL followed by the name of the assignment, RFP reference number, name and address of the Applicant, and with a warning DO NOT OPEN WITH THE TECHNICAL PROPOSAL The sealed envelopes containing the Technical and Financial Proposals shall be placed into one outer envelope and sealed. This

16 Section 2. Instructions to Applicants outer envelope shall bear the submission address, RFP reference number, the name of the assignment, Applicant s name and the address, and shall be clearly marked DO NOT OPEN BEFORE [insert the time and date of the submission deadline indicated in the Data Sheet] If the envelopes and packages with the Proposal are not sealed and marked as required, the Client will assume no responsibility for the misplacement, loss, or premature opening of the Proposal The Proposal or its modifications must be sent to the address indicated in the Data Sheet and received by the Client no later than the deadline indicated in the Data Sheet, or any extension to this deadline. Any Proposal or its modification received by the Client after the deadline shall be declared late and rejected, and promptly returned unopened. 11. Confidentiality 11.1 From the time the Proposals are opened to the time the Contract is awarded, the Applicant should not contact the Client on any matter related to its Technical and/or Financial Proposal. Information relating to the evaluation of Proposals and award recommendations shall not be disclosed to the Applicants who submitted the Proposals or to any other party not officially concerned with the process, until the publication of the Contract award information Any attempt by shortlisted Applicants or anyone on behalf of the Applicant to influence improperly the Client in the evaluation of the Proposals or Contract award decisions may result in the rejection of its Proposal, and may be subject to the application of prevailing client s sanctions procedures Notwithstanding the above provisions, from the time of the Proposals opening to the time of Contract award publication, if a Applicant wishes to contact the Client on any matter related to the selection process, it should do so only in writing. 12. Opening of Technical Proposals 12.1 The Client s evaluation committee shall conduct the opening of the Technical Proposals (whose EMD has been received) in the presence of the shortlisted Applicants authorized representatives who choose to attend (in person, or online if this option is offered in the Data Sheet). The opening date, time and the address are stated in the Data Sheet. The envelopes with the Financial Proposal shall remain sealed and shall be securely stored until they are opened in accordance with Clause 16 of the ITA At the opening of the Technical Proposals the following shall be read out: (i) the name and the country of the Applicant or, in case of a Joint Venture, the name of the Joint Venture, the name of the lead member and the names and the countries of all members; (ii) the presence or absence of a duly sealed envelope with the Financial

17 Section 2. Instructions to Applicants Proposal; (iii) any modifications to the Proposal submitted prior to proposal submission deadline; and (iv) any other information deemed appropriate or as indicated in the Data Sheet. 13. Proposals Evaluation 13.1 Subject to provision of Clause 15.1 of the ITA, the evaluators of the Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded The Applicant is not permitted to alter or modify its Proposal in any way after the proposal submission deadline except as permitted under Clause 12.3 of this ITA. While evaluating the Proposals, the Client will conduct the evaluation solely on the basis of the submitted Technical and Financial Proposals. 14. Evaluation of Technical Proposals 14.1 The Client s evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and the RFP, applying the evaluation criteria, subcriteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP or if it fails to achieve the minimum technical score indicated in the Data Sheet. 15. Public Opening of Financial Proposals (for QCBS, FBS, and LCS methods) 15.1 After the technical evaluation is, the Client shall notify those Applicants whose Proposals were considered non-responsive to the RFP and TOR or did not meet the minimum qualifying technical score (and shall provide information relating to the Applicant s overall technical score, as well as scores obtained for each criterion and sub-criterion) that their Financial Proposals will be returned unopened after completing the selection process and Contract signing. The Client shall simultaneously notify in writing those Applicants that have achieved the minimum overall technical score and inform them of the date, time and location for the opening of the Financial Proposals. The opening date should allow the Applicants sufficient time to make arrangements for attending the opening. The Applicant s attendance at the opening of the Financial Proposals (in person, or online if such option is indicated in the Data Sheet) is optional and is at the Applicant s choice The Financial Proposals shall be opened by the Client s evaluation committee in the presence of the representatives of those Applicants whose proposals have passed the minimum technical score. At the opening, the names of the Applicants, and the overall technical scores, including the break-down by criterion, shall be read aloud. The Financial Proposals will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded. Copies of the record shall be sent to all Applicants who submitted Proposals.

18 Section 2. Instructions to Applicants 16. Correction of Errors 16.1 Activities and items described in the Technical Proposal but not priced in the Financial Proposal, shall be assumed to be included in the prices of other activities or items, and no corrections are made to the Financial Proposal. 17. Lump-Sum Contracts 17.1 In a Lump-Sum contract form, the Applicant is deemed to have included all prices in the Financial Proposal, so neither arithmetical corrections nor price adjustments shall be made. The total price, net of taxes understood as per relevant Clauses of ITA specified in the Financial Proposal (Form FIN-1) shall be considered as the offered price. The proposal shall mention the price as a monthly amount that will be charged 12 times during the duration of the Contract. 18. Taxes 19.1 The Client s evaluation of the Applicant s Financial Proposal shall exclude taxes and duties as applicable, in accordance with the instructions in the Data Sheet. 19. Conversion to Single Currency 19.1 For the evaluation purposes, prices shall be converted to a single currency using the selling rates of exchange, source and date indicated in the Data Sheet. 20. a. Least Cost Selection-( LCS) 20.1 This method is more appropriate to selection of Applicants for assignments of a standard or routine nature (audits, engineering design of noncomplex works, and so forth) where well-established practices and standards exist, and in which the contract amount is small. Under this method, a "minimum" qualifying mark for the "quality" is established. Proposals to be submitted in two envelopes are invited from a short list. Technical envelopes are opened first and evaluated. Those securing less than the minimum are rejected and the financial envelopes of the rest are opened in public. The firm with the lowest price shall then be selected. Under this method, the qualifying minimum mark shall be established, keeping in view that all proposals above the minimum compete only on "cost." The minimum mark shall be stated in the RFP.

19 Section 2. Instructions to Applicants D. Negotiations and Award 21. Negotiations 21.1 Negotiations will not be allowed at any stage. a. Availability of Key Experts N/A b. Technical negotiations N/A c. Financial negotiations N/A 22. Conclusion of Negotiations N/A 23. Award of Contract 23.1 Client shall publish the award information as per the instructions in the Data Sheet; and promptly notify the other shortlisted Applicants The Applicant is expected to commence the assignment on the date and at the location specified in the Data Sheet.

20 Section 2. Instructions to Applicants Instructions to Applicants E. Data Sheet ITA Clause Reference 1 Country: India A. General 2.1 Name of the Client: Uttar Pradesh Skill Development Mission/ Uttar Pradesh Skill Development Society (Legal entity) Method of selection: Least Cost Selection Applicable Guidelines: An Applicant will be selected in accordance with the procedures set out in the NRLM Procurement Manual, which follows the Applicants Selection Guidelines of the World Bank dated January Financial Proposal to be submitted together with Technical Proposal: Yes The name of the assignment is Outsourcing services for Uttar Pradesh Skill Development Mission (UPSDM) for HR Agency for deployment of specialized Manpower 2.3 A pre-proposal conference will be held: No 2.4 The Client will provide the inputs, project data, reports, etc. to facilitate the preparation of the Proposals: All relevant information and HR guidelines related to UPSDM. B. Preparation of Proposals 3.1 Proposals shall be submitted in English language. All correspondence exchange shall be in English language. 4.1 The Proposal shall comprise the following: For FULL TECHNICAL PROPOSAL (FTP): 1 st Inner Envelope with the Technical Proposal: (1) Power of Attorney to sign the Proposal (2) TECH-1

21 Section 2. Instructions to Applicants (3) TECH-2 (4) TECH-3 (5) TECH-4 (6) TECH-5 AND 2d Inner envelope with the financial proposal (if applicable) (1) Fin-1 (2) Statement of undertaking (if required under data sheet 10.2 below): 4.2 Statement of Undertaking is required No 5.1 Participation of Sub-Applicants, Key Experts and Non-Key Experts in more than one Proposal is permissible - No 6.1 Proposals must remain valid for 120 days after the proposal submission deadline 7.1 Clarifications may be requested no later than 7 days prior to the submission deadline. The contact information for requesting clarifications is: Mission Director Uttar Pradesh Skill Development Mission Department of Vocational Education and Skill Development Govt. of Uttar Pradesh ITI Aliganj Campus Aliganj, Lucknow Pin Code: mdssdm-up@nic.in 8.1 Shortlisted Applicants may associate with (a) non-shortlisted Applicant(s): No Or (b) other shortlisted Applicants: No 9.1 Estimated input of Key Experts time-input: 30 Days 10.1 The format of the Technical Proposal to be submitted is: FTP.

22 Section 2. Instructions to Applicants Submission of the Technical Proposal in a wrong format may lead to the Proposal being deemed non-responsive to the RFP requirements [Price adjustment provision]: Not Applicable 11.2 Information on the Applicant s tax obligations in the Client s country can be found [ [Currency of Proposal ] Indian Rupees C. Submission, Opening and Evaluation 12.1 The Applicants shall not have the option of submitting their Proposals electronically The Applicant must submit: (a) Technical Proposal: one (1) original and 2 copies; (b) Financial Proposal: one (1) original 12.3 and 12.4 The Proposals must be submitted no later than: Date: 12 th June, 2014 Time: 16:00 local time The Proposal submission address is: Mission Director Uttar Pradesh Skill Development Mission Department of Vocational Education and Skill Development Govt. of Uttar Pradesh ITI Aliganj Campus, Aliganj, Lucknow Pin Code: mdssdm-up@nic.in 13.1 An online option of the opening of the Technical Proposals is offered: No The opening shall take place at: Same as the Proposal submission address. Date: same as the submission deadline indicated in Time: [16:30 local time]

23 Section 2. Instructions to Applicants 14.1 (for FTP) Criteria, sub-criteria, and point system for the evaluation of the Full Technical Proposals: S No Criteria Points 1 Specific experience of the Applicant (as a firm) in recruitment and selection of development professionals; and preparation and development of organisational development (OD) plans and in manpower deployment...[10] 20 In all those as mentioned above specifically in large Government/UN/World Bank (other donor funded) skill development/livelihoods/projects...[10] Agencies submitting the proposals needs to specifically mention their experience relevant to what has mentioned above and provide specific details in terms of: (i) (ii) (iii) Numbers of assignments undertaken, Outlay/outreach of the same, Duration, objectives, achievement against target set under each assignment etc. 2 Adequacy and quality of the proposed methodology, and work plan in responding to the Terms of Reference (TORs): 30 {Notes to Consultant: the Client will assess whether the proposed methodology is clear, preparation suggested are realistic, methodologies are responding to the provisions made under TORs, work plan is realistic and implementable; overall team composition is balanced; and the work plan has right input of Experts} 3 Key Experts qualifications and competence for the Assignment: {Notes to Consultant: each position number corresponds to the same for the Key Experts in Form TECH-6 to be prepared by the Consultant} Team Leader...[20] Recruitment Expert...[10] Expert 1....[5] Expert [5] Expert 3....[5] Expert [5] The number of points to be assigned to each of the above positions shall be determined considering the following three sub-criteria and relevant percentage weights: 50 1) General qualifications (general education; relevant training & exposure; and length of relevant experience):...15% 2) Adequacy for the Assignment (relevant education, training, experience in HR service delivery to development sector, scale and range of services provided in the sector/similar assignments):...60%

24 Section 2. Instructions to Applicants 3) Relevant experience of working in similar programmes/project, multistate experience and engagement in wide range of HR service delivery...25% Total weight:...100% Total points for the three criteria: 100 The minimum technical score (St) required to pass is: [Public Opening of Financial Proposals ] Yes 16.1 For the purpose of the evaluation, the Client will exclude: (a) all local identifiable indirect taxes such as sales tax, excise tax, VAT, or similar taxes levied on the contract s invoices; and (b) all additional local indirect tax on the remuneration of services rendered by non-resident experts in the Client s country. If a Contract is awarded, at Contract negotiations, all such taxes will be discussed, finalized (using the itemized list as a guidance but not limiting to it) and added to the Contract amount as a separate line, also indicating which taxes shall be paid by the Applicant and which taxes are withheld and paid by the Client on behalf of the Applicant [Conversion to Single Currency ] N/A 18.1 Financial Bids of those bidders who have scored at least 75 marks in technical bid will only be opened and the bid with minimum financial proposal for service charge against the total remuneration will be selected as successful bid Negotiations will not be allowed. D. Negotiations and Award 20.1 The publication of the contract award information following the completion of the contract negotiations and contract signing will be done as following: The publication will be done within [15 days] after the contract signing Expected date for the commencement of the Services: Date: 1st July, 2014 at: Lucknow

25 Section 3 Technical Proposal Standard Forms Section 3. Technical Proposal Standard Forms {Notes to Applicant shown in brackets { } throughout Section 3 provide guidance to the Applicant to prepare the Technical Proposal; they should not appear on the Proposals to be submitted.} CHECKLIST OF REQUIRED FORMS FORM DESCRIPTION Page Limit TECH-1 Technical Proposal Submission Form. 1 TECH-1 If the Proposal is submitted by a joint venture, attach a letter of 1 Attachment intent or a copy of an existing agreement. Power of Attorney No pre-set format/form. In the case of a Joint Venture, several are required: a power of attorney for the authorized representative of each JV member, and a power of attorney for the representative of the lead member to represent all JV members. TECH-2 Applicant s Organization and Experience. TECH-2A A. Applicant s Organization 5 TECH-2B B. Applicant s Experience 10 TECH-3 Comments or Suggestions on the Terms of Reference and on Counterpart Staff and Facilities to be provided by the Client. TECH-3A A. On the Terms of Reference 5 TECH-3B B. On the Counterpart Staff and Facilities 2 TECH-4 Proposed Personnel for deployment 20 TECH-5 Curriculum Vitae (CV) format 20 All pages of the original Technical shall be initialled by the same authorized representative of the Applicant who signs the Proposal. 21 P a g e

26 Section 3. Technical Proposal - Standard Forms FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM {Location, Date} To: Mission Director Uttar Pradesh Skill Development Mission Department of Vocational Education and Skill Development Govt. of Uttar Pradesh ITI Aliganj Campus Aliganj, Lucknow Pin Code: mdssdm-up@nic.in Dear Sirs: We, the undersigned, offer to provide the consulting services for Uttar Pradesh Skill Development Mission (UPSDM) for outsourcing services for HR Agency for deployment of specialized manpower in accordance with your Request for Proposals dated [23 rd May, 2014 and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial Proposal sealed in a separate envelope. We hereby are submitting our Proposal, which includes this Technical Proposal only in a sealed envelope. ]. {If the Applicant is a joint venture, insert the following: We are submitting our Proposal a joint venture with: {Insert a list with full name and the legal address of each member, and indicate the lead member}. We have attached a copy {insert: of our letter of intent to form a joint venture or, if a JV is already formed, of the JV agreement } signed by every participating member, which details the likely legal structure of and the confirmation of joint and severable liability of the members of the said joint venture. {OR If the Applicant s Proposal includes Sub-Applicants, insert the following: We are submitting our Proposal with the following firms as Sub-Applicants: {Insert a list with full name and address of each Sub-Applicant.} We hereby declare that:

27 Section 3 Technical Proposal Standard Forms (a) (b) All the information and statements made in this Proposal are true and we accept that any misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification by the Client. Our Proposal shall be valid and remain binding upon us for the period of time specified in the Data Sheet, Clause 6.1. (c) We have no conflict of interest in accordance with ITA 3. (d) (e) (f) We meet the eligibility requirements as stated in ITA 6, and we confirm our understanding of our obligation to abide by the Client s policy in regard to corrupt and fraudulent practices as per ITA 5. In competing for (and, if the award is made to us, in executing) the Contract, we undertake to observe the laws against fraud and corruption, including bribery, in force in the country of the Client. Our Proposal is binding upon us and subject to any modifications resulting from the Contract negotiations. We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Services related to the assignment no later than the date indicated in Clause 21.1 of the Data Sheet. We understand that the Client is not bound to accept any Proposal that the Client receives. We remain, Yours sincerely, Authorized Signature {In full and initials}: Name and Title of Signatory: Name of Applicant (company s name or JV s name): In the capacity of: Address: Contact information (phone and ): {For a joint venture, either all members shall sign or only the lead member, in which case the power of attorney to sign on behalf of all members shall be attached} 23 P a g e

28 Section 3. Technical Proposal - Standard Forms FORM TECH-2 (FOR FULL TECHNICAL PROPOSAL ONLY) APPLICANT S ORGANIZATION AND EXPERIENCE Form TECH-2: a brief description of the Applicant s organization and an outline of the recent experience of the Applicant that is most relevant to the assignment. In the case of a joint venture, information on similar assignments shall be provided for each partner. For each assignment, the outline should indicate the names of the Applicant s Key Experts and Sub- Applicants who participated, the duration of the assignment, the contract amount (total and, if it was done in a form of a joint venture or a sub-consultancy, the amount paid to the Applicant), and the Applicant s role/involvement. A - Applicant s Organization 1. Provide here a brief description of the background and organization of your company, and in case of a joint venture of each member for this assignment. 2. Include organizational chart, a list of Board of Directors, and beneficial ownership B - Applicant s Experience 1. List only previous similar assignments successfully completed in the last 5 years. 2. List only those assignments for which the Applicant was legally contracted by the Client as a company or was one of the joint venture partners. Assignments completed by the Applicant s individual experts working privately or through other consulting firms cannot be claimed as the relevant experience of the Applicant, or that of the Applicant s partners or sub- Applicants, but can be claimed by the Experts themselves in their CVs. The Applicant should be prepared to substantiate the claimed experience by presenting copies of relevant documents and references if so requested by the Client.

Standard Request for Proposals Selection of Consultants

Standard Request for Proposals Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants September 2012 This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

Standard Request for Proposals. Selection of Consultants

Standard Request for Proposals. Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants The Islamic Development Bank March 2012 This document is subject to copyright. This document may be used and reproduced

More information

Request for Proposals (RFP)

Request for Proposals (RFP) GOVERNMENT OF TAMILNADU Commissionerate of Municipal Administration 6 th Floor, Ezhilagam Annexe Building, Chepauk, Chennai - 600005 Tel: +91 44-044-28549924 Name of Project: Procurement of Hosted Exchange

More information

Selection of Consultants By the World Bank

Selection of Consultants By the World Bank STANDARD REQUEST FOR PROPOSALS Selection of Consultants By the World Bank The World Bank Washington, D.C. March 2007 CONTENTS Preface... iv Section 1. Letter of Invitation... 7 Section 2. Instructions

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Table of Contents March 2012 REQUEST FOR PROPOSALS DISASTER RECOVERY/BUSINESS CONTINUITY SERVICES Soliciting detailed proposals for the development of plans to meet a variety of contingencies REQUEST FOR

More information

REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS

REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS REPUBLIC OF RWANDA MINISTRY OF ENVIRONMENT AND LANDS REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS Title of Tender: TO UPDATE & RESOURCES MINISTRY OF CONSULTANCY SERVICES UPGRADE THE WATER DATABASEFOR

More information

[Indicate name of Procuring Entity]

[Indicate name of Procuring Entity] THE REPUBLIC OF RWANDA [Indicate name of Procuring Entity] STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS FOR SMALL SERVICES Title of the Tender: Tender Reference Number: Procurement Method: Date

More information

LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984 REQUEST FOR PROPOSAL (RFP) HIRING OF SERVICES OF ENGINEERING CONSULTING FIRM For CONSTRUCTION SUPERVISION FOR THE PROJECT DEVELOPMENT OF STORM WATER DRAINAGE SYSTEM ALONG BOUNDARY WALL OF LAKHODAIR LANDFILL

More information

Procurement of Goods

Procurement of Goods i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P

More information

Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : mcsolan@yahoo.in, mcsolan.gis@gmail.com

Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : mcsolan@yahoo.in, mcsolan.gis@gmail.com Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : mcsolan@yahoo.in, mcsolan.gis@gmail.com Request for Proposal (RFP) Document for Selection of Consultancy Firms for Preparation of

More information

Procurement of Textbooks and Reading Materials

Procurement of Textbooks and Reading Materials S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Textbooks and Reading Materials The World Bank April 2015 This document is subject to copyright. This document may be used and reproduced

More information

REQUEST FOR PROPOSALS For. Establishment & Management of Citizen Help Desk

REQUEST FOR PROPOSALS For. Establishment & Management of Citizen Help Desk 1 REQUEST FOR PROPOSALS For Establishment & Management of Citizen Help Desk October 2012 Karnataka Health System Development & Reform Project PHI Building, Sheshadri Road, K.R.Circle, Bangalore -560 001

More information

Procurement of Works Smaller Contracts

Procurement of Works Smaller Contracts STANDARD BIDDING DOCUMENTS Procurement of Works Smaller Contracts The World Bank Washington, D.C. May 2004 ii Revisions The features of May 2004 Procurement Guidelines have been incorporated. iii Preface

More information

PROJECT DEVELOPMENT & MANAGEMENT CONSULTANT (PDMC) for ATAL MISSION for REJUVENATION and URBAN TRANSFORMATION (AMRUT) ASSAM REQUEST FOR PROPOSAL

PROJECT DEVELOPMENT & MANAGEMENT CONSULTANT (PDMC) for ATAL MISSION for REJUVENATION and URBAN TRANSFORMATION (AMRUT) ASSAM REQUEST FOR PROPOSAL Recruitment of Consulting Firm for PROJECT DEVELOPMENT & MANAGEMENT CONSULTANT (PDMC) for ATAL MISSION for REJUVENATION and URBAN TRANSFORMATION (AMRUT) ASSAM REQUEST FOR PROPOSAL RFP Notice issued on:

More information

Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146,

Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146, Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146, 222146 Fax No. : (01905) 222146, Email : mcmandi09@hotmail.com Request for Proposal (RFP) Document for Selection of Consultancy Firms

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REPUBLIC OF RWANDA RWANDA TRANSPORT DEVELOPMENT AGENCY (RTDA) MULTINATIONAL BURUNDI/RWANDA/TANZANIA DAR ES SALAAM-ISAKA KIGALI/KEZA-MUSONGATI RAILWAY PROJECT TRANSACTION ADVISORY REQUEST FOR PROPOSALS

More information

Project Management Consultant for Jaipur Smart City Project

Project Management Consultant for Jaipur Smart City Project Edited by C. Fletcher (Aug 10, 2011) For submission to HOPs (July 28, 2011) REQUEST FOR PROPOSALS RFP No.: 1 of 2016-17 (International Competitive Bidding) Project Management Consultant for Jaipur Smart

More information

SELECTION OF CONSULTANT

SELECTION OF CONSULTANT Request for Proposals RFP Ref. No. CERSAI/Notification/2015-687 Dated 12.01.2015or SELECTION OF CONSULTANT CONSULTANCY SERVICES FOR DATA QUALITY ASSESSMENT OF CERSAI Central Registry of Securitisation

More information

EMPLOYEES OLD-AGE BENEFITS INSTITUTION

EMPLOYEES OLD-AGE BENEFITS INSTITUTION EMPLOYEES OLD-AGE BENEFITS INSTITUTION HEAD OFFICE, G.P.O. BUILDING I.I. CHUNDRIGAR ROAD, KARCHI REQUEST FOR PROPOSAL FOR HUMAN RESOURCE CONSULTANCY SERVICES A. INVITATION TO BID The Employees Old-Age

More information

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement

More information

Road Safety and Transport Authority Ministry of Information and Communications Royal Government of Bhutan

Road Safety and Transport Authority Ministry of Information and Communications Royal Government of Bhutan S T A N D A R D R E Q U E S T F O R P R O P O S A L S P r o c u r e m e n t o f Consult i n g S e r vices Road Safety and Transport Authority Ministry of Information and Communications Royal Government

More information

Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments

Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments REQUEST FOR PROPOSALS Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments Public Procurement Board Accra, Ghana September 2003 i CONTENTS INTRODUCTION AND INSTRUCTIONS...1 SECTION

More information

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240

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

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 Software Development of Database for Energy Statistics International Renewable Energy Agency Abu Dhabi, UAE November, 2012 1 Section 1: Letter of Invitation

More information

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:

More information

TENDER NO. REA/2014-2015/NT/060

TENDER NO. REA/2014-2015/NT/060 REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES

More information

Guidelines Selection and Employment of Consultants by World Bank Borrowers

Guidelines Selection and Employment of Consultants by World Bank Borrowers Guidelines Selection and Employment of Consultants by World Bank Borrowers January 1997 Revised September 1997, January 1999, and May 2002 Guidelines Selection and Employment of Consultants by World Bank

More information

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX

More information

SELECTION OF CONSULTANT

SELECTION OF CONSULTANT Request for Proposals RFP No. CERSAI/Notification/2015-51 dated 24.04.2015 SELECTION OF CONSULTANT CONSULTANCY SERVICES TO CERSAI FOR: A) SELECTING A SERVICE PROVIDER TO IMPLEMENT AND MANAGE THE CENTRAL

More information

Guidelines (Rules) for the Procurement of Services 1

Guidelines (Rules) for the Procurement of Services 1 Southern African Development Community Project Preparation and Development Facility Guidelines (Rules) for the Procurement of Services 1 Revision 1 November 2013 1 Adapted from the African Development

More information

GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS

GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS May 2004 Revised October 1, 2006 & May 1, 2010 This is a MS Word version of the official Consultant Guidelines. If altered, this

More information

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform Tender Document for consulting services for Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform Contract Notice No. 2013/S 185-319425 Reference File Number:

More information

Inviting Tender from Cert-In empanelled agencies for Conducting Load and Security Testing of Web application of UPSDM

Inviting Tender from Cert-In empanelled agencies for Conducting Load and Security Testing of Web application of UPSDM Inviting Tender from Cert-In empanelled agencies for Conducting Load and Security Testing of Web application of UPSDM [Reference No. 19 UPSDM/Portal/Dated: 19 th April, 2015] Last Date & Time of Submission

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

Consultants Services, Lump-Sum Remuneration

Consultants Services, Lump-Sum Remuneration 1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name

More information

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

THE GOVERNMENT OF THE COMMONWEALTH OF THE BAHAMAS

THE GOVERNMENT OF THE COMMONWEALTH OF THE BAHAMAS THE GOVERNENT OF THE COONWEALTH OF THE BAHAAS REQUEST FOR PROPOSAL FOR IPLEENTATION OF AN INTEGRATED ELECTRONIC PROCUREENT AND SUPPLIER REGISTRY SOFTWARE SOLUTION 22 July 2014 Loan/Reference No.ATN/E12661-BH

More information

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps

More information

REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services. International Renewable Energy Agency 29 December, 2014

REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services. International Renewable Energy Agency 29 December, 2014 REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services International Renewable Energy Agency 29 December, 2014 Deadline: 26 January, 2015 1 Section 1: Letter of Invitation (LoI) Dear Madam

More information

Principles and Procedures. Applicable to. The Procurement of. Consulting Services. Under. Transaction Advisory Services Provided by

Principles and Procedures. Applicable to. The Procurement of. Consulting Services. Under. Transaction Advisory Services Provided by Principles and Procedures Applicable to The Procurement of Consulting Services Under Transaction Advisory Services Provided by Asian Development Bank November 2013 This document has been prepared for ADB

More information

1 Eligibility Criteria

1 Eligibility Criteria 1 Eligibility Criteria 1.1. The following persons/entities shall be allowed to participate in the bidding for Consulting Services: (d) (e) Duly licensed Filipino citizens/sole proprietorships; Partnerships

More information

TIME-BASED FORM OF CONTRACT H A R M O N I Z E D S T A N D A R D F O R M O F C O N T R A C T. Consultant s Services Time-Based

TIME-BASED FORM OF CONTRACT H A R M O N I Z E D S T A N D A R D F O R M O F C O N T R A C T. Consultant s Services Time-Based TIME-BASED FORM OF CONTRACT H A R M O N I Z E D S T A N D A R D F O R M O F C O N T R A C T Consultant s Services Time-Based Consultant Services Time-Based Contents Preface... 5 I. Form of Contract...

More information

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website FPU.SR- 19.5 REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR The Design and Development of the Zimbabwe Diaspora Website Prepared by Number 4 Duthie Road, Alexandra

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 PROPOSALS. RFP/ QCBS(Firm)/ RFP Ref. 609(g)-CV/14/PP THE MILLENNIUM CHALLENGE ACCOUNT CAPE VERDE II. On Behalf of:

REQUEST FOR PROPOSALS. RFP/ QCBS(Firm)/ RFP Ref. 609(g)-CV/14/PP THE MILLENNIUM CHALLENGE ACCOUNT CAPE VERDE II. On Behalf of: Millennium Challenge Account Cabo Verde II Unidade de Gestão REQUEST FOR PROPOSALS RFP/ QCBS(Firm)/ RFP Ref. 609(g)-CV/14/PP THE MILLENNIUM CHALLENGE ACCOUNT CAPE VERDE II On Behalf of: THE GOVERNMENT

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

North American Development Bank. Model Bidding Document: Consultant Services

North American Development Bank. Model Bidding Document: Consultant Services North American Development Bank Model Bidding Document: Consultant Services MODEL DOCUMENTS Sample letter of invitation Outline for typical Terms of Reference Supplementary information for consultants

More information

Standard Bidding Documents. Procurement of Works

Standard Bidding Documents. Procurement of Works Standard Bidding Documents Procurement of Works FIDIC This electronic document prepared by The World Bank is intended to fulfill the objectives of para. 2.12 of Guidelines: Procurement under IBRD Loans

More information

B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of

B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of B I D D I N G D O C U M E N T S Issued on: February 29, 2016 for Procurement of BACKUP SOLUTION AND OFFISITE RECOVERY SYSTEM FOR FORESTRY DEPARTMENT (FD) RFP No: Procuring Entity: Forestry Department Section

More information

Expression of interest (EoI) cum Request for Proposal (RFP) For

Expression of interest (EoI) cum Request for Proposal (RFP) For Expression of interest (EoI) cum Request for Proposal (RFP) For Selection of Project management Consulting Agency for providing Project Management Consulting support services to Rajasthan Skill and Livelihoods

More information

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01) PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue

More information

Procurement Policy Office

Procurement Policy Office Procurement Policy Office (Established under section 4 of the Public Procurement Act 2006) Ref: SC/EG37/07-12 Evaluation Guide (Consultancy Services) Procurement Policy Office Ministry of Finance and Economic

More information

QUOTATION AND TENDER PROCESS

QUOTATION AND TENDER PROCESS QUOTATION AND TENDER PROCESS Introduction The quotation and tender processes are both used to obtain written offers from suppliers for the supply of goods and services. The quotation process is normally

More information

Procurement of Provision of Computers and Computer Peripherals for CBUD cities

Procurement of Provision of Computers and Computer Peripherals for CBUD cities B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT

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

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

Project Administration Instructions

Project Administration Instructions Project Administration Instructions PAI No. 2.03 Page 1 of 15 GENERAL PROCEDURE FOR SELECTING AND ENGAGING CONSULTANTS 1. This project administration instruction (PAI) contains general procedures for the

More information

GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS

GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS Japan International Cooperation Agency (JICA) December 2006 (Amended December 2009) version 1.0 CONTENTS INTRODUCTION...

More information

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP) DEPARTMENT OF FINANCE PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP) ITB NO. 2014-02 (C) (RE-BID) TABLE OF CONTENTS

More information

Notice for appointment of Chartered Accountants firm for statutory audit

Notice for appointment of Chartered Accountants firm for statutory audit Bihar Gram Swaraj Yojna Society Panchayati Raj Department Govt. of Bihar 3 rd Floor Biscomaun Tower, Gandhi Maidan, Patna 800001 Contact No : 0612-2219175/7544010999 Ref: 2/BGSYS/FIN 14-150/2011 Notice

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

Electricidade de Moçambique-EP

Electricidade de Moçambique-EP REPUBLIC OF MOÇAMBIQUE Electricidade de Moçambique-EP REQUEST FOR PROPOSALS RFP No.: 05/EIB/CESUL/2010 Country : Mozambique Project Name : Regional Transmission Development Project RTDP Transmission Backbone

More information

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors Request for Proposal [RFP] India Brand Equity Foundation Apparel House, 5th Floor

More information

1. Technical Offer Submission Sheet

1. Technical Offer Submission Sheet 8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.

More information

Procurement of CONSULTING SERVICES

Procurement of CONSULTING SERVICES PHILIPPINE BIDDING DOCUMENTS Procurement of CONSULTING SERVICES Government of the Republic of the Philippines Fourth Edition December 2010 Preface These Philippine Bidding Documents (PBDs) for the procurement

More information

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER Sealed tenders are hereby invited in two separate sealed covers (Technical and Commercial offers) from eligible registered manpower supplier

More information

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building 1 BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building Contract No. BOZ/PC/PMS/30/2012 Source of Funds Bank of Zambia Bank of

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business 31.08.2015 HO : Near Bajrang Bhawan, Delhi Road Rohtak 124 001 (Haryana) www.shgb.co.in A. General Information

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

Subject: Engagement of Consultant for Consultancy Services on Long Term Strategy for Life Insurance Business of Department of Posts

Subject: Engagement of Consultant for Consultancy Services on Long Term Strategy for Life Insurance Business of Department of Posts Government of India Ministry of Communications & I.T. Department of Posts Postal Life Insurance Directorate Chanakya Puri P.O.Complex, Chanakya Puri, New Delhi 110 021 No.29 23/2010 LI Dated:14 th Dec,2011

More information

Manual of Policies and Procedure of Employment of Consultants

Manual of Policies and Procedure of Employment of Consultants Manual of Policies and Procedure of Employment of Consultants CONTENTS Chapter Description Page No I Introduction 1-4 II Expression of Interest 5-6 III Selection of Consultants 7-18 IV Other Methods

More information

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM 1 Standard Bidding Document Version Control v0-1 STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS/FIRM Introduction

More information

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)

More 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

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

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

Expression of Interest. Scanning of Documents

Expression of Interest. Scanning of Documents 1 Expression of Interest Scanning of Documents Directorate of Secondary Education, Haryana Shiksha Sadan, Sector-5, Panchkula (India) Tel: 0172-2560269, Fax: 0172-2560264 Email: edusecondaryhry@gmail.com

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

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR THE DEVELOPMENT OF A COUNTY INTEGRATED PERFORMANCE MANAGEMENT SYSTEM

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

S T A N D A R D B I D D I N G D O C U M E N T S

S T A N D A R D B I D D I N G D O C U M E N T S S T A N D A R D B I D D I N G D O C U M E N T S TENDER FOR THE DESIGN, SUPPLY, INSTALLATION AND IMPLEMENTATION OF A NEW VoIP TELEPHONY SYSTEM AND CONTACT CENTRE SOLUTION FOR ZAMTEL: [ZT/IS/TD/0006/2015]

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

REQUEST FOR EXPRESSION OF INTEREST (EoI)

REQUEST FOR EXPRESSION OF INTEREST (EoI) REQUEST FOR EXPRESSION OF INTEREST (EoI) For Hiring of Consultant for the Preparation of Financial Management and Procurement Manual (FMPM) For UP Pro-Poor Tourism Development Project of Department of

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

Procurement of CONSULTING SERVICES

Procurement of CONSULTING SERVICES Republic of the Philippines Department Of Environment and Natural Resources FOREST MANAGEMENT BUREAU FMB Bldg. Visayas Avenue, Diliman, 1100 Quezon City Tel. No.: (632)927-4788/ Fax No.: (632) 920-0374

More information

SINGLE STAGE BIDDING For Supply, Installation, Customization and Automation of KALRO Business Processes (Financial Management System)

SINGLE STAGE BIDDING For Supply, Installation, Customization and Automation of KALRO Business Processes (Financial Management System) KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION HEADQUARTERS: Kaptagat Road, Loresho P.O. BOX 57811-00200 NAIROBI Telephone: 4183301-20/0722-206986/88 SINGLE STAGE BIDDING For Supply, Installation,

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. 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

Request for proposal for Designing of a Logo for Department of Commerce

Request for proposal for Designing of a Logo for Department of Commerce Request for proposal for Designing of a Logo for Department of Commerce Request for Proposal [RFP] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon - 122003, Haryana.

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

Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73

Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73 Nepal Stock Exchange Limited NEPSE Singhadurbar Plaza, Kathmandu BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract

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

Procurement of Consulting Services for the Conduct of a Feasibility Study for the Establishment and Management of Sarangani Level 3 Hospital

Procurement of Consulting Services for the Conduct of a Feasibility Study for the Establishment and Management of Sarangani Level 3 Hospital Appendix 3 Bidding Documents for Procurement of Consulting Services for the Conduct of Feasibility Study for Establishment and Management of Sarangai Level 3 Hospital Provincial Government of Sarangani

More information

PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES

PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES Plot No 1020 KISUGU- MUYENGA, P.O Box 3557, KAMAPALA, UGANDA www.mariestopes.org PREFACE Pre-qualification is a pre-tender process that provides for

More information

Maritime University in Gujarat

Maritime University in Gujarat Request for Proposal (RFP) for undertaking the work of feasibility and project management work for establishment of a Maritime University in Gujarat Government of Gujarat Gujarat Ports Infrastructure Development

More information