All of which form part of the Tender Documents and should not be detached. NOTE

Size: px
Start display at page:

Download "All of which form part of the Tender Documents and should not be detached. NOTE"

Transcription

1 Information Management Unit ENQUIRY 1i Bluecoat Proxy License Renewal with Support Services for 36 months 1. Information Page 2. Conditions of Tender 3. General Conditions of Contract 4. Technical Specification 5. Tender Documents - (to be completed and returned by Tenderer) Official Tender Form Checklist Tender Returnable s Annexure 1- Contractor Acknowledgement of Responsibility in Terms of Occupational Health and Safety Act Annexure 2 MBD4 Declaration of Interest Annexure 3 - Declaration of Municipal Fees Annexure 4 MBD 9 Certificate of Independent Bid Determination Annexure 5 - Banking Rating Questionnaire Annexure 6 MBD 6.1 Preference Points Claim Form Annexure 7 MDB 8 Declaration of Bidders Past Supply Chain Practices Annexure 9 MBD 2 Tax Clearance Certificate All of which form part of the Tender Documents and should not be detached. All annexures are included in this pack and can be found at the end of the document. These need to be completed and submitted with tender response. NOTE SEALED TENDERS ADDRESSED TO THE TENDERS SECTION AND MARKED Enquiry 1i Bluecoat Proxy License Renewal with Support Services for 36 months MUST BE PLACED IN THE TENDER BOX LOCATED IN THE FOYER, GROUND FLOOR, MUNICIPAL BUILDING, 166 KE MASINGA ROAD (FORMERLY OLD FORT ROAD), DURBAN (AND NOT ANY OTHER MUNICIPAL DEPARTMENT NOT LATER THAN 11:00 ON FRIDAY, DATE 18 March-2016 Enquiries in regard to this contract should be made to ISquotes2@durban.gov.za

2 1. INFORMATION PAGE In terms of ethekwini Municipality s Procurement Policy a NON-REFUNDABLE TENDER CHARGE for tender documents collected in hard copy has been implemented. The following forms of payment will be acceptable:- Cash Bank Guaranteed Cheques addressed to ethekwini Municipality Bank Deposits (information/account details reflected below) Should a bank deposit be made, a copy of the deposit slip as proof of payment must be faxed to (031) for the urgent attention of the Senior Contracts Officer. Once proof of payment has been received the tender document will be released. Alternatively the deposit slip could be sent with the Courier who is collecting the tender document on behalf of the company. Note: - Any company requiring a courier service will bear the cost for the service as well as have deposited the relevant tender charge into the Municipality s account prior to the Courier collecting a document. BANKING DETAILS Name of Account Holder : ethekwini City Engineer s Deposit Account Name of Banking Institution : Standard Bank Branch : Kingsmead Branch Code : Account Number : Type of Account : Business Current Targeted Procurement Registration Documents available on:- Website Address: - #1i Bluecoat Proxy License Renewal with Support Services for 36 months 2

3 2. CONDITIONS OF TENDER (GOODS/SERVICES) 1. BID INFORMATION 1.1 Each bidder shall complete fully and accurately the following all required documents stipulated in the checklist Tender Returnable s with its bid. Remaining bid documents issued with this enquiry, such as Conditions of Tender (Goods and Services) and Government Procurement General Conditions of Contract shall be detached and retained by the bidder. 1.2 The specification will be governed by the Conditions of Tender (Goods and Services) and Government Procurement General Conditions of Contract, attached hereto, and to the Occupational Health and Safety Act, Act No. 85 of The adjudication will be based upon 90/10 procurement point system in accordance with ethekwini Municipality s Targeted Procurement Policy. Should any compliant bid be received at a value below R (all applicable taxes included) ethekwini Municipality will however evaluate using the 80/20 point system. 1.4 All bidder prices quoted by the contractor must be in South African currency (Rand). 1.5 ethekwini Municipality reserves the right to accept more than one technically and contractually compliant bid for part or the whole of the contract and to place orders on the price and availability. 1.6 Bidders may submit alternative solutions that in the Bidder s opinion are to ethekwini Municipality s advantage economically and technically. Full technical details of these alternative offer(s) shall be submitted with Bid documents. Alternative Bid(s) shall be submitted separately. 2. TAX CLEARANCE CERTIFICATE Bidders are to include with their bid submission a valid tax clearance certificate, or obtain one prior to the evaluation of submissions, which has sufficient validity to ensure that the tender process is adequately covered. 3. DECLARATION OF MUNICIPAL FEES Only those bidders whose municipal fees are fully paid or arrangements have been concluded with the Municipality to pay the said fees are eligible to bid. 4. DECLARATION OF INTEREST All bidders are to sign the declaration of interest wherein they declare any relationship that may exist with an official of the Municipality involved in the evaluation process. 6. SPECIAL CONDITIONS OF TENDER / CONTRACT Any special conditions relative to the contract will form part of this contract. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 3

4 7. PURCHASE OF GOODS FROM OTHER SOURCES Nothing contained in this contract shall be held to restrain the Municipality from purchasing from persons other than the contractor, any of the goods described or referred to in this contract, if it shall in its discretion think fit to do so. 8. DELIVERY, RISK, PACKAGES, ETC 1. Unless otherwise provided, all goods are to be supplied only against the official form of order issued by the Municipality. 2. The risk in all goods purchased by the Municipality under the contract shall remain with the contractor until such goods shall have been duly delivered. 3. Bidders shall quote a unit price which shall include delivery to specified delivery point within the ethekwini Municipal area. 4. Bidders shall clearly state the period within which delivery will be made after receipt of the official order, as this may be material in the adjudication of the Bid. 9. PAYMENT Where no conditions of payment are prescribed, payment for goods received and accepted by the Municipality shall be made no later than 30 days after submission of invoice or claim, provided however that all the terms of the contract are duly observed. 10. RATES OF EXCHANGE (1) Where the goods are imported the contractor shall within seven days of date of Official Purchase Order, arrange through his bankers for the foreign commitment to be covered forward down to the Rand in order to fix the rate of exchange. The contractor shall notify the Municipality as soon as possible thereafter regarding the rate which has been fixed on such forward exchange. Any increase or decrease between the basic rate of exchange as at a date seven days prior to the date of closing of Bids and that existing at the date of establishment of the forward exchange cover within the period stipulated above shall be paid or deducted by the Municipality. Upon the failure of the contractor to arrange forward exchange cover, the contractor shall be liable should there be any increase in the basic rate of exchange occurring after the last mentioned date. The bank charges incurred in obtaining the forward exchange cover shall be for the Municipality s account. (2) The contractor shall on request:- (i) (ii) submit documentary proof of the rate of exchange; When an adjustment is claimed in terms of this sub-clause, whether by the contractor or the Municipality, submit documentary proof to the satisfaction of the Deputy City Manager: Treasury in respect of such claim. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 4

5 11. VALUE ADDED TAX (V.A.T) The Bidder shall state the amount of value added tax (V.A.T) separately on the Official Tender Form. 12. FORM OF TENDER AND CLOSING DATE Sealed bids made out on the enclosed Official Tender Form which shall be signed by or on behalf of the Bidder and addressed to the Head : Supply Chain Management Unit and marked with the appropriate enquiry number must be placed in the Tender box provided which is located in the Foyer, Ground Floor, City Engineer s Unit, Municipal Centre, 166 K.E. Masinga Road (Formerly Old Fort Road), Durban, not later than 11:00 on the date stated in the public advertisement inviting bids, where they will be opened publicly. All couriered documents must be placed directly into the tender box and should not be delivered to any other Municipal Department. Bidders are advised that bids submitted by fax or will not be considered. Any bid received after the closing date and time advertised for the receipt thereof shall not be accepted for consideration by the Head: Supply Chain Management Unit and shall be returned to the Bidder. 13. BIDS WILL BE LIABLE TO REJECTION UNLESS MADE OUT AND SIGNED ON THE OFFICIAL TENDER FORM ANNEXED HERETO Failure of a tenderer to complete and sign the tender form in its entirety will invalidate the tender. 14. ACCEPTANCE OF BID The Municipality does not bind itself to accept the lowest or any Bid and reserves the right to accept the whole or any part of a Bid. 15. PRICING (1) Nett Prices All prices shall be quoted in South African currency after deduction of any brokerage or discount allowed to the Municipality. (2) Firm Bids Bidders may submit firm prices, which prices shall be free from all fluctuations, including any statutory increases. (3) Unit Prices Bidders shall quote only one price in respect of each item, such price to hold good for the full duration of the contract period, being subject to variation only in accordance with specified criteria. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 5

6 16. WITHDRAWAL OF BIDS Bids must hold good until 16h00 on the Friday of the twelfth week (85 calendar days) following the Friday on which Bids are opened or during such other period as may be specified. The Municipality may, during the period for which Bids are to remain open for acceptance, authorize a Bidder to withdraw his/her Bid in whole or in part on condition that the Bidder pays to the Municipality on demand, a sum of R The Municipality may, if it thinks fit, waive payment of such sum in whole or in part. 17. DIFFERENCES OR DISCREPANCIES (1) Prices Should there be any difference or discrepancy between the prices or price contained in the Official Tender Form and those contained in any covering letter from the Bidder, the prices or price contained in the Official Tender Form shall prevail. (2) Complete Acceptance of Conditions Unless otherwise expressly stipulated in the letter covering the Bid every Bidder shall be deemed to have waived, renounced, and abandoned any conditions printed or written upon any stationery used by him for the purpose of or in connection with the submission of his Bid, which are in conflict with the General Conditions of Contract or Conditions of Tender (Goods/Services). Bidders are advised that any material divergences from the official Conditions or Specification will render their Bids liable to disqualification. 18. BRIBERY AND COMMUNICATION WITH COUNCILLORS / OFFICIALS (1) Bribery No Bidder shall offer, promise or give to any person or person connected with a bid or the awarding of a contract, any gratuity, bonus or discount etc, in connection with the obtaining of a contract. (2) Communication, Councillors and Officials (1) A Bidder shall not in any way communicate with a member of the Municipality or with any official of the Municipality on a question affecting any contract for the supply of goods or for any work, undertaking or services which is the subject of a bid during the period between the closing date for receipt of Bids and the dispatch of the written notification of the Municipality s decision on the award of the contract; provided that a Bidder shall not hereby be precluded: - at the request of the Head : Supply Chain Management Unit or his authorized representative, from furnishing him with additional information or with a sample or specimen for testing purposes or otherwise or from giving a demonstration so as to enable the recommendation to the Bid Committee on the award of the contract to be formulated; #1i Bluecoat Proxy License Renewal with Support Services for 36 months 6

7 - from obtaining from the Head : Supply Chain Management Unit his authorised representative information as to the date upon which the award of the contract is likely to be made or, after the decision upon the award has been made by the Municipality or any Committee to which the Municipality has delegated its powers, information as to the nature of the decision or such information as was publicly disclosed at the opening of bids or from submitting to the Accounting Officer in writing any communication relating to his/her Bid or the award of the contract or a request for leave to withdraw his/her bid; - and provided further that nothing contained herein shall be construed so as to prevent information being sought and obtained from an Official in regard to any decision taken at an open Municipal meeting, or any Committee to which the Municipality has delegated its powers. A contravention of subsection (1) and / or (2) or an attempt to contravene such subsection shall be reported to the Accounting Officer, who may on receipt of such report may disqualify the bid of the Bidder concerned. 19. IMPORT PERMITS (1) In order to minimize special importation, Bidders should, where possible, have recourse to local suppliers and/or manufacturers. (2) Bidders must state whether their bid is dependent upon the issue of a special import permit or whether they are able to supply the goods by making use of the import facilities available to them. (3) In the event of a Bid being dependent upon the issue of a special import permit, application for such special import permit shall be made by the Bidder, unless otherwise provided in the Special Conditions of Tender (Goods and Services). #1i Bluecoat Proxy License Renewal with Support Services for 36 months 7

8 20. LEGAL STATUS OF BIDDER It is essential for the purpose of entering into a legal contract that Bidders state on the Official Tender Form their full legal status, for example the full registered name of the company Bidding; or if the Bidder is a person conducting business under a recognised trading name then state the name of the person/s - Trading as (state recognised trading name) and state whether owner, co-owner, proprietor, etc. 21. AUTHORITY OF SIGNATORY Bidders should submit with their bids a certified copy of the Resolution of the Company authorising the signatory to sign Bid documents on behalf of the Company. If the Bidder is not a registered company, the signatory shall indicate in what capacity and under what authority the bid documents were signed by him/her. 22. ALTERATIONS TO BID DOCUMENTS Any alterations effected upon any of the bid documents must be clearly shown by means of a hand written/typed entry and must be signed in full by the Bidder. 23. MANUFACTURERS The names of the manufacturers and brands of the Goods or Equipment offered must be stated in the bid. 24. FACTORING Payment will be made only to the contractor(s). Factoring arrangements will not be accepted. 25. PREFERENTIAL PROCUREMENT 25.1 Applicable Documentation These conditions of tender are to be read together with the following documents:- - ethekwini Municipality Targeted procurement Policy document. It is a requirement of this Tender that all the Contractors, Joint Ventures and Targeted Enterprises, must be registered, or be eligible for registration, on the ethekwini Municipal Procurement Database such that their classification, as described above, has been or can be determined and verified prior to Tender adjudication and award. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 8

9 26. TENDERS WILL ONLY BE ACCEPTED ON CONDITION THAT: (a) (b) (c) The tender is signed by a person authorised to sign on behalf of the Tenderer; A valid original Tax Clearance Certificate is received prior to the evaluation of tenders which has sufficient validity to ensure the process is adequately covered; A Tenderer who submitted his/her tender as a Joint Venture has included an acceptable Joint Venture Agreement with his/her tender. 27. PERFORMANCE SECURITY (SURETY BOND) The attention of Tenderers is drawn to Clause 7 of the General Conditions of Contract relative to Performance Security. No Performance Security (Surety Bond) is required with this tender. 28. MUNICIPAL FEES All tenderers are to sign a declaration wherein they declare that their municipal fees are in order, or proper arrangements have been made with the Municipality, and include the relevant account numbers in the declaration. Failure to include account numbers or sign will invalidate the tender. The completion of the declaration is also applicable to tenderers outside of the ethekwini Municipal Area. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 9

10 29. NON REFUNDABLE TENDER CHARGE The non-refundable tender fee paid for this document, is relevant only for this tender. The tenderer who purchases this document, is the only tenderer who will be allowed to submit a price for this contract i.e. No other tenderer will be allowed to use this document to submit a tender, be it the original or a photocopied specimen. Should this occur, all who are party to this will not be considered in the adjudication process. 30. APPEAL PROCESS In terms of Regulation 49 of the Municipal Supply Chain Management Regulations persons aggrieved by decisions or actions taken by the Municipality, may lodge an appeal within 14 days of the decision or action, in writing to the Municipality. Tenderers are advised that the following is the appeal process and in dealing with these appeals the Municipal Manager shall follow the following procedure:- 1. The appeal (clearly setting out the reasons for the appeal) and queries with regard to decision of award are to be directed to the office of the City Manager, Attention : Mr T Siemela, P O Box 1014, Durban, 4000; Facsimile : (031) A copy of the appeal will be forwarded to the Chairperson of the Bid Adjudication Committee, who must provide a response in writing within seven days. 3. In the event that there are allegations made against third parties, they will also be given an opportunity to respond to the allegations within seven days. 4. These responses will then be sent to the appellant for a reply within five days. 5. The appeal will be considered on these written submissions, unless the appeal authority is of the view that there is a need for oral submissions, in which case, the appellant will be notified of the date, place and time of such hearing. 6. The Appeal Authority will consider the appeal and may confirm, vary or revoke the decision of the Committee, but not such variation or revocation of a decision may detract from any rights that may have accrued as a result of the decision. 7. The Appeal Authority must commence with the appeal within six weeks and decide the appeal within reasonable period. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 10

11 31. PROHIBITION ON AWARDS TO PERSONS IN THE SERVICE OF THE STATE Regulation 44 of the Supply Chain Management Regulations states that the Municipality or Municipal Entity may not make any award to a person:- (a) (b) (c) Who is in the service of the state If that person is not a natural person, of which any Director, Manager, Principal, Shareholder or Stakeholder is a person in the service of the state; or Who is an advisor or consultant contracted with the municipality or municipal entity. Should a contract be awarded, and it is subsequently established that clause 44 has been breached, the employer shall have the right to terminate the contract with immediate effect. 32. AGREEMENTS All tenderers that are not manufacturers, accredited agents or distributors must provide agreements which cover the contract period. The aforementioned must also agree with all of the conditions of the contract. 33. NEGOTIATIONS WITH PREFERRED BIDDERS The municipality reserves the right to invoke Section 24 of the Municipal Finance Management Act if so desired. (1) The Accounting Officer may negotiate the final terms of a contract with bidders identified through a competitive bidding process as preferred bidders, provided that such negotiation:- (a) (b) (c) Does not allow any preferred bidder a second or unfair opportunity; Is not to the detriment of any other bidder; and Does not lead to a higher price than the bid as submitted. (2) Minutes of such negotiations must be kept for record purposes. (3) Such negotiation may be delegated to the designated Senior Manager by the Accounting Officer. 3. GENERAL CONDITIONS OF CONTRACT Government Procurement; General Conditions of Contract must be downloaded and read prior to submission of tender response. Documents can be downloaded from: ftp.durban.gov.za/munidocs. The Document in question is: General Conditions of Contract.pdf. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 11

12 Technical Specification Information Management Unit ENQUIRY 1i Bluecoat Proxy License Renewal with Support Services for 36 months #1i Bluecoat Proxy License Renewal with Support Services for 36 months 12

13 Contents I. Definitions II. Background III. Current technical environment IV. Scope of requirements General requirements Response requirements a. General Requirements b. Post Project Support Requirements c. Previous support History i. Number and size of Client Base ii. Provide reference sites, in South Africa, with contact details d. Technical Support i. All related technical competencies within your organization ii. Number of Network support resources. Specify how many are locally based in Durban iii. Provide CVs and Certificates of the Network support resources Pricing structure Evaluation of Responses Technical Evaluation Critical/ Mandatory Requirements (Please Fill In) Non Mandatory Evaluation Product & Company Details Schedule of Experience Schedule of Compliance with specification RATE OF EXCHANGE QUESTIONNAIRE Costs All Costs Must Be Reflected As Once-Off for the Year (2016) All cost must reflect as per line item Required Documentation and Tender Returnable s Tender Returnable s Checklist Form of Offer #1i Bluecoat Proxy License Renewal with Support Services for 36 months 13

14 I. Definitions Term Vendor Reseller/service provider/supplier Gb Mb FMB OFP QOS VLAN Gbps Mbps OSI SN GHz HA Definition Refers to the equipment manufacturer Refers to the company supplying, installing and/or providing service with a Vendors equipment Gigabyte Megabyte Florence Mkhize Building Old Fort Place Quality of Service Virtual local area network Gigabits per second Megabits per second Open standards Interconnect Serial Number Gigahertz High Availability #1i Bluecoat Proxy License Renewal with Support Services for 36 months 14

15 II. Background ethekwini Municipality is looking for a company to provide licensing and support services for its existing internet infrastructure using the Bluecoat product range. The Bluecoat system is currently used to manage access to the internet as well as saving bandwidth through caching. It also provides granular feedback on the usage of customers as required by the business. III. Current technical environment ethekwini Municipality has within its environment Bluecoat infrastructure to help assist and mange internet traffic, This setup consists of 2 x Proxy SG Appliances 1 x 5500 User Filtering License 1 x PacketShaper PS x Bluecoat Reporter Enterprise edition The Bluecoat Proxy SG900 manages, in conjunction with the URL filter license, all users ( users) who access the internet. It authenticates and checks authorization of each user ensuring that the user is allowed through while also saving bandwidth by caching data. It also logs all website visited by users. The PacketShaper PS7500 is to ensure that bandwidth is prioritized correctly to each service within our business (QOS). It ensures critical services have higher priority over general usage of normal users. The Bluecoat Reporter is used to create useful information out of the logs it receives daily from the Proxy devices. Reports are compiled monthly Each function is critical in ensuring that users have a consistent internet experience while controlling access to the internet resources. Each Proxy device is geographically apart with one installed at FMB datacentre and the other at the OFP datacentre. They have been setup in an Active/Active mode in order load balance traffic. The following is current setup on the existing system: The Bluecoat Proxy devices are set out of path setup in explicit and transparent mode The PS7500 is setup inline before the internet breakout The reporter is installed locally on an FTP server How the End User Is Affected By the Bluecoat The end user is affected if they try to access internet resources (web service, cloud storage etc). The device will authenticate, authorize and log anyone who tries to access the internet internally. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 15

16 The diagram below provides an overview of the current network architecture. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 16

17 IV. Scope of requirements a. Minimum requirements The nominated service provider would procure the following items as required by the ethekwini Municipality Renew the Proxy SG appliances to the Proxy edition for a period of 3 years Renew the PacketShaper PS7500 to 200mbps for a period of 3 years Renew the Bluecoat URL filtering license for 5500 users for a period of 3 years Renew Bluecoat Reporter Enterprise Edition for a period of 3 years Ensure ethekwini has access to all Bluecoat updates and software patches Ensure the alignment of all Bluecoat product licenses on the ethekwini account Provide a SLA agreement for a period of 3 year for faults and next business day swap out on all components(proxy SG appliances, PacketShaper PS7500 appliance) b. Additional requirements Due to budget constraints, this contract may be awarded on a one year period. Please provide this in addition to the above requirement should the need arise Renew the Proxy SG appliances to the Proxy edition for a period of 1 year Renew the PacketShaper PS7500 to 200mbps for a period of 1 year Renew the Bluecoat URL filtering license for 5500 users for a period of 1 year Renew Bluecoat Reporter Enterprise Edition for a period of 1 year Ensure ethekwini has access to all Bluecoat updates and software patches Ensure the alignment of all Bluecoat product licenses on the ethekwini account Provide a SLA agreement for a period of 1 year for faults and next business day swap out on all components(proxy SG appliances, PacketShaper PS7500 appliance) Note that partnerships between the service provider and 3rd parties are allowed for goods or services, provided the proof of agreement between the various parties are submitted in their response. On award of this tender, a service level agreement will be entered into with the service provider. Job cards must be issued before payment will be made to any service provider. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 17

18 General requirements Proxy edition license for a period of 3 years for the following ProxySG x 2 items 5500 Web URL filtering license for a period of 3 years PacketShaper 200 Mbps for a period of 3 years on the following PacketShaper PS7500 x 1 item Reporter License Enterprise edition for a period of 3 year An approved Vendor Partner Realignment of license expiration Service Level Agreement for 36 months for faults and next business day swap out of faulty equipment Additional requirements Proxy edition license for a period of 1 year for the following ProxySG x 2 items 5500 Web URL filtering license for a period of 1 year PacketShaper 200 Mbps for a period of 1 years on the following PacketShaper PS7500 x 1 item Reporter License Enterprise edition for a period of 1 year An approved Vendor Partner Realignment of license expiration Service Level Agreement for 12 months for faults and next business day swap out of faulty equipment #1i Bluecoat Proxy License Renewal with Support Services for 36 months 18

19 2. Response requirements a. General Requirements Please provide the following together with your response: Service Level Agreement to be provided to ethekwini Municipality Call Logging facility and procedure. Please include the original bill of materials as part of your quote Please provide us with your pricing review policy b. Post Project Support Requirements In order to ensure the solution is stable and adequately supported post the project completion a support contract should be included. The support must include: Swap-out of faulty equipment in the event of failure Support must be available in locally in Durban c. Previous support History Indicate the number of customers where you have supported this type of solution. Please indicate services that are procured by the customers. i. Number and size of Client Base ii. Provide reference sites, in South Africa, with contact details

20 d. Technical Support Demonstrate how you would support this implementation and migration to give the municipality a peace of mind, and ability to deliver on your proposed solution. i. All related technical competencies within your organization. ii. Number of Network support resources. Specify how many are locally based in Durban. iii. Provide CVs and Certificates of the Network support resources. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 20

21 3. Pricing structure The cost structure must be reflected as found on tables, page 29. The price proposal must contain all of the following: Section A Section B Once off cost for licensing and software features for a period of 3 year Services for a 36 month period Monthly cost for first line fault handling Hourly cost for call out including next business day swap out of faulty equipment. The maximum of 10 hours are allowed per month Once off cost for licensing and software features for a period of 1 year Services for a 12 months period o Monthly cost for first line fault handling o Hourly cost for call out including next business day swap out of faulty equipment. The maximum of 10 hours are allowed per month 4. Evaluation of Responses Evaluation will be done on a points system in three phases Technical Evaluation to ensure the responses meet the critical\mandatory requirements (100%) and achieve a satisfactory (70 % or above) score on the non-mandatory criteria. Price evaluation to establish the lowest cost technically compliant option over the full period of the contract. Preference points will be added as per Annexure 6 MDB 6.1 Preference Points Claim form. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 21

22 4.1 Technical Evaluation The technical evaluation will be on the following basis Critical/ Mandatory Requirements (Please Fill In) NO. Requirement YES NO Supplier Response 1. Valid Vendor Partner Status 2 24 x 7 Helpdesk for fault logging Bluecoat certified staff: 3. 2 x Bluecoat certified administrator 1 x Bluecoat certified Professional Please provide Proof Annex/Doc: Page #: Please provide Proof Annex/Doc: Page #: Please provide Proof Annex/Doc: Page #: 4 Provide complete and correct pricing on all items Non Mandatory Evaluation The supplier will need to score an average of at least 70% to be considered #1i Bluecoat Proxy License Renewal with Support Services for 36 months 22

23 QUALITY CRITERIA SUB CRITERIA Poor (Score 40%) Satisfactory (Score 70%) Table 1- INDICATORS Good (Score 80%) Very Good (Score 100%) Ref Page # RESPONSE TO BRIEF level of understanding (weighting=15) proposed methodology (weighting=15) The proposal shows limited understanding of the business, has not adequately dealt with the key challenges The proposal does not address many of the criteria identified in the brief. The methodology is weak in important areas and is unlikely to meet the programme requirements. The opportunity is well understood, clearly articulated and key business sectors are adequately addressed. The proposal reflects necessary concepts but has insufficient detail for it to be distinctive. The proposal meets most of the criteria listed in the brief. The proposed methodology is in line with standard practice, covers the key aspects and should meet the programme requirements. The proposal clearly demonstrates an understanding of the programme s vision All key business criteria are identified and adequately addressed. The proposal meets all the criteria listed in the brief. The proposed methodology is detailed and wellconceived, has made allowance for key aspects and risk areas. It meets programme requirements. A unique proposal that is strongly aligned to and identifiable with the programme. It identifies and deals well with all the business plan criteria. Besides the good rating, the methodology is innovative and is poses no risk to the Municipality in terms of Connectivity Downtime. A temporary solution would be in place and the cutover to the permanent solution would be seamless & 21 Tenderer s experience with similar projects (weighting=15) The tenderer has limited experience in projects of a similar nature and has not undertaken a project of this magnitude The tenderer has relevant experience in projects of a similar nature but has not directly undertaken a project of this magnitude The tenderer has extensive experience in projects of a similar nature, and has directly undertaken similar projects The tenderer has outstanding experience in projects of a similar nature and has taken many such projects 20 EXPERTISE & EXPERIENCE Experience of key staff (weighting=15) Key personnel allocated to the project have limited relevant experience Key personnel allocated to the project have reasonable relevant experience. Have 1 certified personnel in their field of work that pertains to this project Key personnel allocated to the project have extensive relevant experience. Have 2 certified personnel in their field of work that pertains to this project and have a least one staff based locally in Durban Key personnel allocated to the project have outstanding relevant experience. The personnel have at least. Have 3 or more certified personnel in their field of work that pertains to this project and have a least two staff based locally in Durban 19 & FINANCIAL Cost Effectiveness (weighting=20) The financial proposal is excessive and did not substantiate costs. The financial proposal is acceptable The financial proposal is exceptionally competitive and has favourable pricing incentives for future demands. The tenderer provided proof of financial resources which are well in excess of what is required for the contract CAPACITY & CAPABILITY Operational plan and resources (weighting=20) Operational plan is sketchy, there is no clarity in terms of rates and/or resources. Operational plan is complete & reasonably detailed. Rates and resources appear adequate. Besides meeting satisfactory rates and resources have been clearly defined and make provision for key risk areas Besides meeting the good rating, the plan make provision for every eventuality #1i Bluecoat Proxy License Renewal with Support Services for 36 months 23

24 4.1.3 Product & Company Details 1. What is your company name:- (a) Is this a cc, (Pty) Ltd, Partnership, Sole Trader, Joint Venture - (tick):- (i) (ii) (iii) (iv) (v) Cc (Pty) Ltd Partnership Sole Trader Joint Venture (b) If (iii), (iv) or (v) name of partners or owner must be stated below. 2. Are you a registered VAT Vendor (YES / NO)? Please state VAT Number 3. (a) Are you the Manufacturer - (YES / NO)? (b) If not, who is the manufacturer of the equipment? #1i Bluecoat Proxy License Renewal with Support Services for 36 months 24

25 4.1.4 Schedule of Experience Please indicate sales of similar nature recently successfully executed by your company. References need to be given of Corporate Customer that have more than 6000 employees and purchase more than one type of internet service. Name and Address of Company Contact Person and Telephone Number Nature of Sale Value of Work (incl. of VAT) Date Completed or Expected to be Completed #1i Bluecoat Proxy License Renewal with Support Services for 36 months 25

26 Please state the number and certification level of maintenance and support staff. Name Certification Years of Experience Schedule of Compliance with specification Please indicate below your compliance with the tender requirement. I/We hereby agree that this tender will hold good and remain open for acceptance until 16:00 on the Friday of the twelfth week (85 calendar days) following the Friday on which tenders are opened or during such other period as may be specified in the Special Conditions of Tender. Delivery time (must be stated in days or weeks from date of receipt of order). I/We hereby undertake to deliver the above goods or to carry out the services within the following period/s: I/We hereby agree that this tender, together with the Council's letter of Acceptance thereof, will constitute a binding contract which will take effect from the business day following the date of despatch of the letter of acceptance. A separate Service Level agreement (SLA) will however be entered into to govern the contractual relationship between the parties. Any alterations effected upon any part of the tender documents must be clearly shown by means of a handwritten entry and signed by the tenderer. Please state your Procurement Reference Number: - PR (refer Clause 20 - Special Conditions of Tender (Goods/Services)). #1i Bluecoat Proxy License Renewal with Support Services for 36 months 26

27 5. RATE OF EXCHANGE QUESTIONNAIRE This page to be completed by Bidders offering goods ex import. Rate Of Exchange (i.e. ROE) will only be applicable if Rate of Exchange change by 5%, either way, from tendered ROE. a) Country of origin and/or manufacture: b) Price each f.o.b country of origin. Item 1: Item 2: c) Delivery charges each from f.o.b country of origin to c.i.f Durban (Prices and delivery charges must be shown in South African currency) *Item Item d) Ocean freight rate: per 1000 kg/m³ or lbs/40 cu.ft. e) Marine insurance rate: % of value of goods. Please indicate basis of valuation: f) Marine war risk insurance rate: % value of goods. g) Wharfage rate: per R 100 value. h) Landing charges rate: per kg or m³. ** i) Delivery charges rate: per 100 kg or m³. ** #1i Bluecoat Proxy License Renewal with Support Services for 36 months 27

28 j) Customs tariff heading and description (Brussels Nomenclature): k) Customs duty % of value of goods for duty purposes, or rated duty per kg/m³ article.** l) Import surcharge: % of value of goods. m) Railage rate: per 100 kg. n) Basic rate of exchange (ie. seven days prior to the date of closing of tenders): See Clause 5 of the Special Conditions of Contract (Goods/Services). o) Will the Tenderer comply in all respects with Clause 5 of the Special Conditions of Contract (Goods/Services)? (State Yes or No ) * Additional items should be scheduled on a separate page which should be signed and dated by the Tenderer. ** Delete whichever is not applicable. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 28

29 6. Costs Section A: Pricing for 3 Years 6.1 All Costs Must Be Reflected As Once-Off for the Year (2016) Proxy Edition license(sku: R-Standard Plus) for 3 Years Item No Description/Part No Quanti ty/ Unit Price (Excl. VAT) VAT Total (Incl. VAT) Appliance Model: ProxySG Code: SG PR SN: Appliance Model: ProxySG Code: SG PR SN: Appliance Model: PacketShaper PS7500 Code: PS7500-L200M SN: Total Web Filter license(sku: RNW-SVC-BCWF-5K Y) for 3 Years Item No Description/Part No Quanti ty/ Unit Price (Excl. VAT) VAT Total (Incl. VAT) 3 BCWF YQE6BT-RZWXW 1 Total Reporter(SKU: R-Software Support) for 3 Years Item No Description/Part No Quanti ty/ Unit Price (Excl. VAT) VAT Total (Incl. VAT) 4 Reporter-EE prem-unlimited-perp-197f-f0c8 1 Total #1i Bluecoat Proxy License Renewal with Support Services for 36 months 29

30 6.2 All service costs must reflect as per line item Services for Year 1 Item No Description of item Unit Unit price ex VAT VAT Total price per unit incl VAT Maximum unit Total 1 Service Helpdesk Per month 12 months 2 Call out fees Per hour (10 hours per month) x12 months Total Services for Year 2 Item No Description of item Unit Unit price ex VAT VAT Total price per unit incl VAT Maximum unit Total 1 Service Helpdesk Per month 12 months 2 Call out fees Per hour (10 hours per month) x12 months Total Services for Year 3 Item No Description of item Unit Unit price ex VAT VAT Total price per unit incl VAT Maximum unit Total 1 Service Helpdesk Per month 12 months 2 Call out fees Per hour (10 hours per month) x12 months Total Additional services (please define) Item No 1 Description of item Unit Unit price ex VAT VAT Total price per unit incl VAT Maximum unit Total 2 3 Total #1i Bluecoat Proxy License Renewal with Support Services for 36 months 30

31 Section B: Pricing for 1 Year 6.3 All Costs Must Be Reflected As Once-Off for the Year (2016) Proxy Edition license(sku: R-Standard Plus) for 1 Year Item No Description/Part No Quanti ty/ Unit Price (Excl. VAT) VAT Total (Incl. VAT) Appliance Model: ProxySG Code: SG PR SN: Appliance Model: ProxySG Code: SG PR SN: Appliance Model: PacketShaper PS Code: PS7500-L200M SN: Total Web Filter license(sku: RNW-SVC-BCWF-5K Y) for 1 Year Item No Description/Part No Quanti ty/ Unit Price (Excl. VAT) VAT Total (Incl. VAT) 1 BCWF YQE6BT-RZWXW 1 Total Reporter(SKU: R-Software Support) for 1 Year Item No Description/Part No Quanti ty/ Unit Price (Excl. VAT) VAT Total (Incl. VAT) 1 Reporter-EE prem-unlimited-perp-197f-f0c8 1 Total #1i Bluecoat Proxy License Renewal with Support Services for 36 months 31

32 6.4 All service costs must reflect as per line item Services for 1 Year Item No Description of item Unit Unit price ex VAT VAT Total price per unit incl VAT Maximum unit Total 1 Service Helpdesk Per month 12 months 2 Call out fees Per hour Other (please define) (10 hours per month) x12 months Total #1i Bluecoat Proxy License Renewal with Support Services for 36 months 32

33 7. Required Documentation and Tender Returnable s 7.1 Tender Returnable s Checklist In addition to the tender document, the following must be submitted/attached thereto. The standard forms are attached to this tender document. Description Yes No Official Tender Form Banking Rating Questionnaire Critical/ Mandatory Checklist Checklist Tender Returnables Contractor Acknowledgement of Responsibility in of Occupational Health and Safety Act Declaration of Interest Declaration of Municipal Fees Original Valid Tax Clearance Certificate Valid Agreement with Manufacturer Or Accredited Distributor/agent Schedule of Experience Rate of Exchange Questionnaire Proof of Resolution As A Close Corporation Or Company Original Signed Company Letterhead Reflecting Banking Details and Cancelled Cheque Procurement Reference (PR) Number or Supplier Registration Form MBD 9 Certificate of Independent Bid Determination MDB 6.1 Preference Points Claim Form BBB-EE Certificate MDB 8 Declaration of Bidders Past Supply Chain Practices Original Bill of Materials SIGNATURE DATE CAPACITY NAME OF SIGNATORY (In Block Letters) #1i Bluecoat Proxy License Renewal with Support Services for 36 months 33

34 8. Form of Offer In response to your Enquiry 1i Bluecoat License renewal with support services Dated... I/we hereby offer to supply the products and services detailed hereunder in accordance with the Technical Specification, and subject to the Conditions of Tender (Goods/Services) and Government Procurement; General Conditions of Contract which accompanied your Enquiry (with which I/we acknowledge myself/ourselves to be fully acquainted) at the price/s stated in the appropriate column below :- Section A: Pricing for 3 Years Item Description Total Price (Excluding VAT) VAT Total Price (Including VAT) 1. Cost for Proxy Edition license 2. Cost for Web Filter license 3 Cost for Reporter license 4. Cost for Services 5. Grand Total brought forward And the grand total amount (including VAT) in words #1i Bluecoat Proxy License Renewal with Support Services for 36 months 34

35 Section B: Pricing for 1 Year Item Description Total Price (Excluding VAT) VAT Total Price (Including VAT) 1. Cost for Proxy Edition license 2. Cost for Web Filter license 3 Cost for Reporter license 4. Cost for Services 5. Grand Total brought forward And the grand total amount (including VAT) in words Tenders Value added TAX Registration number NAME AND ADDRESS OF TENDERER:- TELEPHONE NO : SIGNATURE NAME OF SIGNATORY IN BLOCK LETTERS FAX NUMBER : DATE : CAPACITY OF SIGNATORY NB: - This Official Tender Form must be completed in its entirety and signed, non-compliance will render this tender invalid. #1i Bluecoat Proxy License Renewal with Support Services for 36 months 35

36 Annexure 1 Contractor Acknowledgement of Responsibility In Terms Of The Occupational Health and Safety Act Written agreement between ETHEKWINI Municipality (the "employer") And...(the "mandatary") as provided for in terms of Section 37 (2) of the Occupational Health and Safety Act No.85 of 1993 as amended by Act 181 of I hereby declare that I,..., am authorised to represent the "mandatary" and acknowledge that the "mandatary" is an employer in its own right with all duties and responsibilities as prescribed in the Occupational Health and Safety Act no. 85 of I agree to ensure that all work performed or machinery and plant used by the "mandatary" on any ETHEKWINI Municipality premises shall be in accordance with the provisions of the said Act. Furthermore, I agree the "mandatary" shall comply with all ETHEKWINI Municipality site rules and safety, health, and environmental requirements as may be communicated or stipulated by ETHEKWINI Municipality prior to and during the course of any Contract awarded to the "mandatary" by ETHEKWINI Municipality. Furthermore, I undertake to ensure that ETHEKWINI Municipality is timeously informed should the "mandatary", for whatever reason, be unable to perform in terms of this agreement. Signed this... day of On behalf of the mandatory (print)... (sign)... On behalf of the employer (print)... (sign)...

37 MBD 4 DECLARATION OF INTEREST 1. No bid will be accepted from persons in the service of the state¹. 2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority. 3 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 3.1 Full Name of bidder or his or her representative: Identity Number:. 3.3 Position occupied in the Company (director, trustee, hareholder²): Company Registration Number:. 3.5 Tax Reference Number: 3.6 VAT Registration Number: 3.7 The names of all directors / trustees / shareholders members, their individual identity numbers and state employee numbers must be indicated in paragraph 4 below. 3.8 Are you presently in the service of the state? YES / NO If yes, furnish particulars.... ¹MSCM Regulations: in the service of the state means to be (a) a member of (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces; (b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature. ² Shareholder means a person who owns shares in the company and is actively involved in the management of the company or business and exercises control over the company.

38 3.9 Have you been in the service of the state for the past twelve months? YES / NO If yes, furnish particulars Do you have any relationship (family, friend, other) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid? YES / NO If yes, furnish particulars Are you, aware of any relationship (family, friend, other) between any other bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? YES / NO If yes, furnish particulars Are any of the company s directors, trustees, managers, principle shareholders or stakeholders in service of the state? YES / NO If yes, furnish particulars Are any spouse, child or parent of the company s directors trustees, managers, principle shareholders or stakeholders in service of the state? YES / NO If yes, furnish particulars Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract. YES / NO If yes, furnish particulars:.... 2

NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM

NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM NAME OF SERVICE PROVIDER : (To be completed by supplier) CONTACT NUMBER : (To be completed by supplier) FOR OFFICE USE ONLY Received By Verified

More information

Geographic Information and Policy Unit ENQUIRY 1A-8291 Request for Information: Radio Frequency Identification Asset Tagging and Tracking

Geographic Information and Policy Unit ENQUIRY 1A-8291 Request for Information: Radio Frequency Identification Asset Tagging and Tracking Geographic Information and Policy Unit ENQUIRY 1A-8291 Request for Information: Radio Frequency Identification Asset Tagging and Tracking 1A-8921 Request for Information: Radio frequency identification

More information

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za Re-Advertisement: Request for Quotation Development of a Greening Programme for the City of Durban in preparation

More information

RE - ADVERTISMENT - ENQUIRY 7G - 15831

RE - ADVERTISMENT - ENQUIRY 7G - 15831 SUPPLY CHAIN MANAGEMENT UNIT RE - ADVERTISMENT - ENQUIRY 7G - 15831 INVITATION FOR QUOTATIONS FROM PROFESSIONAL PHOTOGRAPHERS TO PROVIDE IMAGES FOR DURBAN TOURISM EYE TO EYE CAMPAIGN 1. Request for Quotation

More information

REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02

REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02 REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02 1. PROJECT TITLE Development of a customised solution driven performance

More 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

Reissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website

Reissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za Reissue:

More information

Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar

Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 30 th September

More information

Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE. Procurement Less than R200 000 (including vat)

Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE. Procurement Less than R200 000 (including vat) Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE Procurement Less than R200 000 (including vat) (For publication in the City of umhlathuze Notice Boards and website)

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

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES Request for formal written price quotations Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES The Johannesburg

More information

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT INVITATION TO TENDER Group technology & Commercial Volume 1: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION SHORT INVITATION TO TENDER FOR A PROPOSED BETWEEN: ESKOM HOLDINGS SOC LTD AND THE OR FOR (the

More information

Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality

Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 9 December

More information

ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT14 2014 DATE)

ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT14 2014 DATE) QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30

More 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

The purpose of this database is to give all prospective suppliers an equal opportunity to submit quotations.

The purpose of this database is to give all prospective suppliers an equal opportunity to submit quotations. TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON DEPARTMENT OF CORRECTIONAL SERVICE S SUPPLIER DATABASE FOR THE PERIOD 1 APRIL 2015 TO MARCH 2016 The purpose of this database is to give all

More information

Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software

Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software ADVERTISEMENT DATE: 15 th May 2014 RFQ NUMBER: 40/2014 DESCRIPTION OF GOODS/SERVICES:

More information

INVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT:

INVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT: INVITATION TO BID (SBD 1) YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS BID : NRF/SAAO/2016/014 CLOSING DATE: 8 April 2016 CLOSING TIME 11:00 BID DESCRIPTION Service and

More information

Transcription services for committee minutes

Transcription services for committee minutes SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

(A K Chatterjee ) Sc. F & Head, BIS-DSBO BUREAU OF INDIAN STANDARDS (Durgapur Sub Branch Office) Our Ref: DSBO/CA Tender/2014 NOTICE INVITING QUOTATIONS FOR HIRING TAX CONSULTANCY/OUTSOURCING OF ACCOUNTS WORK THROUGH TALLY PACKAGE & MANUAL BASIS

More information

Objectives. An uptake economy. indirect job

Objectives. An uptake economy. indirect job Request for Quotation Business Plan for a Sustainable Energy SMME Incubator Tuesday, 08 July 2013 1 Background The ethekwini Municipality Energy Strategy 1 highlights private sector in the city of Durban.

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

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

Yagan Moodley Tel : (011) 3583458

Yagan Moodley Tel : (011) 3583458 SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

City of Johannesburg Supply Chain Management Unit

City of Johannesburg Supply Chain Management Unit Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON

T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION 1: GENERAL

More information

F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS

F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS F25 F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS The Supplier List Application Form (F25) is an application to be registered on UNISA s supplier database and must

More information

Please attach certified BEE certificate to quotes above R10 000

Please attach certified BEE certificate to quotes above R10 000 DE DOORNS RAWSONVILLE TOUWSRIVIER WORCESTER A UNIQUE AND CARING VALLEY OF SERVICE EXCELLENCE, OPPORTUNITY AND GROWTH Burgersentrum Hoogstraat Civic Centre High Street Privaatsak X3046 Private bag WORCESTER

More information

T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON

T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION

More information

(Vacant premises; Non-nationals/Franchise deals)

(Vacant premises; Non-nationals/Franchise deals) (Vacant premises; Non-nationals/Franchise deals) Are you a Sole Proprietor/ Partnership/ Trust? Only if yes, complete the attached Questionnaire. YES NO Are you a Company or Close Corporation and is your

More information

All of which form part of the Tender Documents and should not be detached. NOTE

All of which form part of the Tender Documents and should not be detached. NOTE Information Management Unit ENQUIRY 1i-17297 Request for Proposal for: Supply & Installation of a Firewall Solution with Licencing 1. Information Page 2. Conditions of Tender 3. General Conditions of Contract

More information

Request of training on Operational Risk Management

Request of training on Operational Risk Management SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More 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

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG City Power Johannesburg 40 Heronmere Road Reuven Johannesburg PO Box 38766 Booysens 2016 Tel +27(0) 11 490 7000 Fax +27(0) 11 490 7590 www.citypower.co.za CITY POWER JOHANNESBURG Bidders are hereby invited

More information

CONTRACT MANAGEMENT POLICY POLICY ADOPTED BY COUNCIL ON???? AT ITEM C.????

CONTRACT MANAGEMENT POLICY POLICY ADOPTED BY COUNCIL ON???? AT ITEM C.???? CONTRACT MANAGEMENT POLICY POLICY ADOPTED BY COUNCIL ON???? AT ITEM C.???? 1 1. PRE-AMBLE All transactions undertaken by the Cape Winelands District Municipality involves a contract whether explicitly

More information

SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer

SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer Contact persons: Mr. D Jacobs Telephone: 053 830 6413 Documents are obtainable from the Contract Department at

More 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

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT MUNICIPALITY UMASIPALA MUNISIPALITEIT LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT Private Bag X7111 QUEENSTOWN 5320 Telephone: 045 807 2000 Fax: 045 807 2059 Website: www.lukhanji.gov.za

More information

MANAGEMENT AGREEMENT ENTERED INTO BY AND BETWEEN: THE BODY CORPORATE OF SECTIONAL TITLE SCHEME, SCHEME NO: /. ( the Body Corporate ) AND

MANAGEMENT AGREEMENT ENTERED INTO BY AND BETWEEN: THE BODY CORPORATE OF SECTIONAL TITLE SCHEME, SCHEME NO: /. ( the Body Corporate ) AND MANAGEMENT AGREEMENT ENTERED INTO BY AND BETWEEN: THE BODY CORPORATE OF SECTIONAL TITLE SCHEME, SCHEME NO: /. ( the Body Corporate ) AND (Full Legal Name of Managing Agent) (Full CK/Reg. No. of Managing

More information

Procurement of Services

Procurement of Services AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Standard Bidding Documents Procurement of Services Provision of Fumigation and Pest control Services Procurement Number: AUC/AFMD/OT/1350 Date

More information

Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA

Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA Request for Proposal (RFP) Empanelment/ Registration of Vendors

More information

OVERSTRAND MUNICIPALITY

OVERSTRAND MUNICIPALITY C 3 / 001 OVERSTRAND MUNICIPALITY CONTRACT MANAGEMENT POLICY Approved by Council 28 May 2015 Implementation date: 1 July 2015 TABLE OF CONTENTS C 3 / 002 1. PRE-AMBLE 2 2. DEFINITIONS 3 3. ABBREVIATIONS

More information

Lorraine Mapela 011 870-4524

Lorraine Mapela 011 870-4524 SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

AGENCY AGREEMENT. Between 3Keys Limited company registration number 06841492 6 of Town End Doncaster DN5 9AG ... ... ... ... ... Postcode..

AGENCY AGREEMENT. Between 3Keys Limited company registration number 06841492 6 of Town End Doncaster DN5 9AG ... ... ... ... ... Postcode.. AGENCY AGREEMENT Between 3Keys Limited company registration number 06841492 6 of Town End Doncaster DN5 9AG and Landlord s name/s (all joint landlords):... Landlord s address: (current address and new

More information

AL RAJHI SAVINGS ACCOUNT-i AGREEMENT - QARD

AL RAJHI SAVINGS ACCOUNT-i AGREEMENT - QARD Original Bank Copy Duplicate Customer Copy BETWEEN AL RAJHI BANKING & INVESTMENT CORPORATION (MALAYSIA) BHD (719057-X) AND CUSTOMER S NAME: REGISTRATION NO./NRIC NO./PASSPORT NO.: DATE: 1 DATE: BETWEEN

More information

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 [View Regulation] [ASSENTED TO 2 FEBRUARY, 2000] [DATE OF COMMENCEMENT: 3 FEBRUARY, 2000] (English text signed by the President) ACT To give

More information

CLIENT / PROJECT MANAGER AGREEMENT

CLIENT / PROJECT MANAGER AGREEMENT Authorship of this work is claimed by The Association of Construction Project Managers and any unauthorised reproduction constitutes an infringement in terms of the Copyright Act No 98 of 1978. CLIENT

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

CONTRACTS STANDING ORDERS (CSOs) 2015 / 2016 CSO 2015-6 1

CONTRACTS STANDING ORDERS (CSOs) 2015 / 2016 CSO 2015-6 1 CONTRACTS STANDING ORDERS (CSOs) 2015 / 2016 CSO 2015-6 1 PART 3G Contracts Standing Orders 2015/16 Definitions Aggregation is the combining together of the total contract value from separate contracts

More information

INVESTMENT ADVISORY AGREEMENT

INVESTMENT ADVISORY AGREEMENT The undersigned client ( I ) agrees to engage WealthStrategies Financial Advisors, LLC ( you ) as advisor for the Account(s) custodied with FOLIOfn Investments, Inc. ( Account(s) ) upon the following terms

More information

90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS

90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS Page 1 of 27 BID/RFQ NUMBER: RFB60419 CLOSING DATE: 7 DECEMBER 2015 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION OF BID: RENEWAL OF MICROSOFT LICENSES

More information

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE) REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. RFQ NUMBER: 2207/15-16 RFQ ISSUE DATE: 31 JULY 2015 CLOSING DATE AND TIME: 14 AUGUST 2015 @ 11.00 am

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

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

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

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

Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... NIC No:...Nationality:...

Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... NIC No:...Nationality:... Business Credit Card Application Form (Nominee) Nominee Details Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... Embossing name on card (in block letters

More information

Anglo American Procurement Solutions Site

Anglo American Procurement Solutions Site Anglo American Procurement Solutions Site Event Terms and Conditions Anglo American Procurement Solutions Site Event Terms and Conditions Event Terms and Conditions 3 1. Defined terms 3 2. Interpretation

More information

THIRD SUPPLEMENT TO THE GIBRALTAR GAZETTE No. 4,167 of 7th May, 2015

THIRD SUPPLEMENT TO THE GIBRALTAR GAZETTE No. 4,167 of 7th May, 2015 THIRD SUPPLEMENT TO THE GIBRALTAR GAZETTE No. 4,167 of 7th May, 2015 B. 13/15 Clause PRIVATE TRUST COMPANIES BILL 2015 1. Short title and commencement. 2. Interpretation. 3. Registration of Private Trust

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

FIRST CAPITAL POOLED INVESTMENT TRUST FUND

FIRST CAPITAL POOLED INVESTMENT TRUST FUND No: FIRST CAPITAL POOLED INVESTMENT TRUST FUND APPLICATION FORM 5 Beethoven & Strauss Street Windhoek West P.O Box 4461 Windhoek, Namibia Tel: +264 61 401326 Fax: +264 61 401353 www.firstcapitalnam.com

More information

City of Johannesburg Supply Chain Management Unit

City of Johannesburg Supply Chain Management Unit MBD 6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves

More information

ZNB 5825/2009-H THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES

ZNB 5825/2009-H THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES PAGE TABLE OF CONTENTS... 1 LOCALITY MAP 2 GUIDANCE NOTES 3-5 STANDARD BID DOCUMENTATION SECTION A: INVITATION TO BID. 6 SECTION B: SPECIAL INSTRUCTIONS

More information

BOJANALA PLATINUM DISTRICT MUNICIPALITY

BOJANALA PLATINUM DISTRICT MUNICIPALITY BOJANALA PLATINUM DISTRICT MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY 2012 REVIEW In terms of section 111 of the Municipal Finance Management Act, 2003 (Act No. 56 of 2003). 1 TABLE OF CONTENTS 1. CHAPTER

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

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

OASIS COLLECTIVE INVESTMENT SCHEMES

OASIS COLLECTIVE INVESTMENT SCHEMES 1. The Terms and Conditions that apply to this product must be read in conjunction with this form and is available on www.oasiscrescent.com. 2. Kindly complete all fields in the form using BLOCK CAPITALS.

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

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

HONG LEONG INFINITE/ INFINITE CREDIT CARD TERMS AND CONDITIONS

HONG LEONG INFINITE/ INFINITE CREDIT CARD TERMS AND CONDITIONS HONG LEONG INFINITE/ INFINITE CREDIT CARD TERMS AND CONDITIONS The terms and conditions below are to be read together with the Hong Leong Bank ( the Bank ) Cardholder s Agreement Terms and Conditions (

More information

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE) REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. RFQ NUMBER: 20003/15-16 RFQ ISSUE DATE: 06 MAY 2016 CLOSING DATE AND TIME: 07 JUNE 2016 @ 11.00 am RFQ

More information

REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION. 4 July 2016 at 12h00

REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION. 4 July 2016 at 12h00 REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION Date of issue 13 June 2016 Closing date and time 4 July 2016 at 12h00 (Proposals submitted after this time will

More information

COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES. Closing Date of Tender: 29 February 2016.

COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES. Closing Date of Tender: 29 February 2016. COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES Closing Date of Tender: 29 February 2016. 1 TELONE ZIMBABWE COMPETITIVE TENDER 153/16: PROVISION OF DIGITAL MARKETING SERVICES. 1.0

More information

Enquiry 2014 15 Ref 034

Enquiry 2014 15 Ref 034 2014 12 03 Request for Quotation: Design, Printing and Supply of the Buffelsdraai Information Booklet and Brochure for the Environmental Planning and Climate Protection Department 1. Background Enquiry

More information

Q044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY

Q044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 30 MARCH 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE

More information

T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES

T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES BID CLOSING DATE: MONDAY, 14 MARCH 2016 AT 12:00 NOON Industrial Development Corporation

More 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

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010 SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010 1.0 Scope of Tender These specifications and conditions detail the basic requirements for

More information

Terms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013

Terms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013 Terms of Reference for Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013 Issue Date: 15 November 2013 Closing Date: 06 December 2013 1 Request for Proposal Organisation

More information

South Liverpool Homes. Invitation to Tender. Mobile Phone Contract

South Liverpool Homes. Invitation to Tender. Mobile Phone Contract South Liverpool Homes Invitation to Tender Mobile Phone Contract Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4

More information

PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK

PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK CONTRACT NO: SP-GK-DC/2 TENDER DOCUMENT ISSUED BY: MS ELDAH PHATHWA

More information

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000 IMPLEMENTATION GUIDE PREFERENTIAL PROCUREMENT REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000 1 December 2011 1 TABLE OF CONTENTS PART ONE GENERAL 1.

More information

SUPPLIER DATABASE REGISTRATION DOCUMENT

SUPPLIER DATABASE REGISTRATION DOCUMENT SUPPLIER DATABASE REGISTRATION DOCUMENT NCUFET-Supplier Database-r06 2014-08-12 Page 1 of 16 SUPPLIER DATABASE REGISTRATION The NCU FET College is outwardly focused, customer-centered and is adhering to

More information

ISO LESO NETWORK PROVIDER AGREEMENT. Between: and. ISO LESO OPTICS LIMITED Registration number: 1999/13972/06 ("Iso Leso Optics")

ISO LESO NETWORK PROVIDER AGREEMENT. Between: and. ISO LESO OPTICS LIMITED Registration number: 1999/13972/06 (Iso Leso Optics) ISO LESO NETWORK PROVIDER AGREEMENT Between: EACH OPTOMETRIC PRACTICE AND OPTOMETRIST WHO ELECTS TO PARTICIPATE IN THE PROVIDER AGREEMENTS ALREADY ENTERED INTO OR TO BE ENTERED INTO BETWEEN ISO LESO OPTICS

More information

REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS

REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS Tel. (013) 282 5303 Fax. (013) 282 5594 Email: council@stevetshwete.gov.za Website: www.stevetshwetelm.gov.za P.O. Box 14, Middelburg, Mpumalanga, 1050 Civic Centre, Wanderers Avenue, Middelburg, Mpumalanga

More information

BOARD RESOLUTION FOR COMPANIES

BOARD RESOLUTION FOR COMPANIES T o : DBS BANK LTD Account No. (for Bank s Use) CERTIFIED EXTRACT OF RESOLUTION PASSED BY THE BOARD OF DIRECTORS OF COMPANY The following Resolutions were passed by the Board of Directors of (the Company

More information

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010 TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010 INDEX PAGE 1. INSTRUCTION TO BIDDERS 2 1.1 ALTERATION OR WITHDRAWAL

More information

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Fax No. +91 79 2397 2583 Website:

More information

(1 July 2005 - to date) LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003

(1 July 2005 - to date) LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003 (1 July 2005 - to date) LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003 (Gazette No. 26019, Notice No. 176 dated 13 February 2004. Commencement date: 1 July 2004 unless otherwise indicated)

More information

ADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)

ADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE) QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30

More information

1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg.

1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg. Index: 1. Cover Page and Guideline pg. 2 2. Invitation to Tender (SBD 01) pg. 4 3. Valid Original Tax Clearance Certificate (SBD 02) pg. 7 4. Declaration of Interest (SBD 04) pg. 8 5. Preference Points

More information

AGREEMENT FOR COMPU-CLEARING S INTEGRATED SYSTEM S SOFTWARE SERVICES (hereinafter referred to as CCIS )

AGREEMENT FOR COMPU-CLEARING S INTEGRATED SYSTEM S SOFTWARE SERVICES (hereinafter referred to as CCIS ) AGREEMENT FOR COMPU-CLEARING S INTEGRATED SYSTEM S SOFTWARE SERVICES (hereinafter referred to as CCIS ) Between COMPU-CLEARING (PROPRIETARY) LIMITED (hereinafter referred to as CCL ) and (hereinafter referred

More information

CONSTITUTION PART 4 CONTRACT PROCEDURE RULES

CONSTITUTION PART 4 CONTRACT PROCEDURE RULES CONSTITUTION PART 4 CONTRACT PROCEDURE RULES (last revised January 2016) A Brief Guide to the Contract Procedure Rules These Contract Procedure Rules promote good purchasing practice, public accountability

More information

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project CSIR TENDER DOCUMENTATION Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project RFP No. 667/30/10/2015 Date

More information

Service Level Agreement

Service Level Agreement Agreement entered into between: SOSiT (PTY) Ltd (Reg. No.: 2012/099651/07) Service Level Agreement And CC / (Pty) Ltd / Sole Proprietor Registration / Identity no: herein represented by: duly authorised

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

PLANT VARIETIES PROTECTION ACT (CHAPTER 232A, SECTION 54) PLANT VARIETIES PROTECTION RULES

PLANT VARIETIES PROTECTION ACT (CHAPTER 232A, SECTION 54) PLANT VARIETIES PROTECTION RULES CAP. 232A, R 1] Plant Varieties Protection Rules [2006 Ed. p. 1 PLANT VARIETIES PROTECTION ACT (CHAPTER 232A, SECTION 54) PLANT VARIETIES PROTECTION RULES Rule 1. Citation 2. Definitions 3. Fees 4. Forms

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

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

APPLICATION FORM TO REGISTER ON THE SUPPLIER DATABASE OF HOUSING DEVELOPMENT AGENCY.

APPLICATION FORM TO REGISTER ON THE SUPPLIER DATABASE OF HOUSING DEVELOPMENT AGENCY. APPLICATION FORM TO REGISTER ON THE SUPPLIER DATABASE OF HOUSING DEVELOPMENT AGENCY. 2 TO ALL SUPPLIERS SEEKING REGISTRATION AS PREFERRED SUPPLIER OF GOODS AND SERVICES ON THE PROCUREMENT DATABASE All

More information