REQUEST FOR INFORMATION [RFI]

Size: px
Start display at page:

Download "REQUEST FOR INFORMATION [RFI]"

Transcription

1 TRANSNET SOC LTD [Registration No. 1990/000900/30] REQUEST FOR INFORMATION [RFI] INFORMATION IS REQUIRED To enable Transnet to gather information about the capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM). EXPRESSIONS OF INTEREST [EOI] are sought to establish those parties interested in continued participation in this procurement process THEREAFTER THROUGH A SEPARATE REQUEST FOR PROPOSAL [RFP] PROCESS To appoint a regional Service Providers for the provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM) over an agreed period RFI/EOI NUMBER: 13/09/0875 ISSUE DATE: 05 November 2013 CLOSING DATE: 26 November 2013 CLOSING TIME: 12:00

2 Management as part of IT Service Management (ITSM) over an agreed period. Page 2 of 27 SCHEDULE OF CONTENTS Section No Page SECTION 1 : NOTICE TO RESPONDENTS PROPOSAL REQUEST FORMAL BRIEFING PROPOSAL SUBMISSION DELIVERY INSTRUCTIONS FOR RFI BROAD-BASED BLACK ECONOMIC EMPOWERMENT AND SOCIO-ECONOMIC OBLIGATIONS COMMUNICATION INFORMATION REQUEST EXPRESSION OF INTEREST [EOI] COMMUNICATION RESPONSE SUBMISSION INSTRUCTIONS FOR COMPLETION OF RFI/EOI ADDITIONAL NOTES DISCLAIMERS RFI/EOI FOR THE PROVISION OF CAPABILITIES OF VARIOUS SOLUTIONS FOR THE IT ASSET MANAGEMENT (ITAM) AND CAPACITY AND PERFORMANCE MANAGEMENT AS PART OF IT SERVICE MANAGEMENT (ITSM) FOR TRANSNET SOC LTD SECTION 2 : RFI SCOPE OF REQUIREMENTS BACKGROUND GENERAL RESPONDENT OBLIGATIONS RFI/EOI FOR THE PROVISION OF CAPABILITIES OF VARIOUS SOLUTIONS FOR THE IT ASSET MANAGEMENT (ITAM) AND CAPACITY PERFORMANCE MANAGEMENT AS PART OF IT SERVICE MANAGEMENT (ITSM) FOR TRANSNET SOC LTD SECTION 3 : TRANSNET S RFI/ EOI INFORMATION REQUIREMENTS FOR EXPRESSION OF INTEREST [EOI] TECHNICAL CAPABILITY EVALUATION METHODOLOGY AND CRITERIA FINANCIAL REQUIREMENTS FOR FUTURE AWARD OF BUSINESS RFI/EOI FOR THE PROVISION OF CAPABILITIES OF VARIOUS SOLUTIONS FOR THE IT ASSET MANAGEMENT (ITAM) AND CAPACITY PERFORMANCE MANAGEMENT AS PART OF IT SERVICE MANAGEMENT (ITSM) FOR TRANSNET SOC LTD SECTION 4 : EXPRESSION OF INTEREST RFI/EOI FOR THE PROVISION OF CAPABILITIES OF VARIOUS SOLUTIONS FOR THE IT ASSET MANAGEMENT (ITAM) AND CAPACITY PERFORMANCE MANAGEMENT AS PART OF IT SERVICE MANAGEMENT (ITSM) FOR TRANSNET SOC LTD SECTION 5 : VENDOR APPLICATION FORM RFI/EOI FOR THE PROVISION OF CAPABILITIES OF VARIOUS SOLUTIONS FOR THE IT ASSET MANAGEMENT (ITAM) AND CAPACITY PERFORMANCE MANAGEMENT AS PART OF IT SERVICE MANAGEMENT (ITSM) FOR TRANSNET SOC LTD SECTION 6 : NON-DISCLOSURE AGREEMENT [NDA]... 26

3 Management as part of IT Service Management (ITSM) over an agreed period. Page 3 of 27 RFI/EOI FOR THE PROVISION OF CAPABILITIES OF VARIOUS SOLUTIONS FOR THE IT ASSET MANAGEMENT (ITAM) AND CAPACITY PERFORMANCE MANAGEMENT AS PART OF IT SERVICE MANAGEMENT (ITSM) FOR TRANSNET SOC LTD SECTION 7 : RFI/EOI CLARIFICATION REQUEST FORM... 27

4 Management as part of IT Service Management (ITSM) over an agreed period. Page 4 of 27 RFI/EOI for the Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity and Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. Section 1 : NOTICE TO RESPONDENTS 1 PROPOSAL REQUEST Responses to this RFI [hereinafter referred to as a Bid or a Proposal] are requested from persons, companies, close corporations or enterprises [hereinafter referred to as an entity, Respondent or Respondent] for the provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance as part of IT Service Management (ITSM) [the Services] to Transnet. On or after 05 November 2013, the Respondent documents may be inspected at, and are obtainable from the office of Clayton Losper, Room 3927, 39 th Floor, Carlton Centre Building, 150 Commissioner Street, Johannesburg. RFI documents will only be available for collection between 09:00 and 15:00 from 05November 2013 until 22 November Therefore payment must be effected prior to the deadline for collection. N.B: Pursuant to note (b) above, should a third party [such as a courier] be instructed to collect RFI documents on behalf of a Respondent, please ensure that this person [the third party] has a proof of payment receipt for presentation to Transnet when collecting the RFI documents. Any additional information or clarification will be faxed or ed to all Respondents, if necessary. 2 FORMAL BRIEFING A formal briefing session will not be held but should Respondents have specific queries they should these to the Transnet employee(s) indicated in paragraph 6 [Communication] below: 3 PROPOSAL SUBMISSION Proposals in duplicate [1 original and 1 copy] plus a CD copy must reach the Secretariat, Transnet Acquisition Council before the closing hour on the date shown below, and must be enclosed in a sealed envelope which must have inscribed on the outside: RFI No: 13/09/0875 Description PROVISION OF CAPABILITIES OF VARIOUS SOLUTIONS FOR THE IT ASSET MANAGEMENT (ITAM) AND CAPACITY PERFORMANCE MANAGEMENT AS PART OF IT SERVICE MANAGEMENT (ITSM) FOR TRANSNET SOC LTD. Closing date and time: 26 November 2013 Closing address [Refer to options below] All envelopes must reflect the return address of the Respondent on the reverse side.

5 Management as part of IT Service Management (ITSM) over an agreed period. Page 5 of 27 4 DELIVERY INSTRUCTIONS FOR RFI Delivery by hand If delivered by hand, the envelope is to be deposited in the Transnet tender box which is located at the main entrance of the Office Block, Carlton Centre, 150 Commissioner Street, Johannesburg, and should be addressed as follows: THE SECRETARIAT TRANSNET ACQUISITION COUNCIL CARLTON CENTRE TENDER BOX OFFICE BLOCK FOYER 150 COMMISSIONER STREET JOHANNESBURG 2001 a) The measurements of the "tender slot" are 400mm wide x 100mm high, and Respondents must please ensure that response documents or files are no larger than the above dimensions. Responses which are too bulky [i.e. more than 100mm thick] must be split into two or more files, and placed in separate envelopes, each such envelope to be addressed as required in paragraph 3 above. b) It should also be noted that the above tender box is located at the street level outside the main entrance in Commissioner Street and is accessible to the public 24 hours a day, 7 days a week. Dispatch by courier If dispatched by courier, the envelope must be addressed as follows and delivered to the Office of The Secretariat, Transnet Acquisition Council and a signature obtained from that Office: THE SECRETARIAT TRANSNET ACQUISITION COUNCIL 48TH FLOOR CARLTON CENTRE OFFICE BLOCK 150 COMMISSIONER STREET JOHANNESBURG Please note that this RFI closes punctually at 12:00 on Tuesday 26 November If responses are not delivered as stipulated herein, such responses will not be considered and will be treated as "NON-RESPONSIVE" and will be disqualified. No or facsimile responses will be considered, unless otherwise stated herein. The responses to this Respondent will be opened as soon as practicable after the expiry of the time advertised for receiving them. Transnet shall not, at the opening of responses, disclose to any other company any confidential details pertaining to the Proposals / information received, i.e. pricing, delivery, etc. The names and locations of the Respondents will be divulged to other Respondents upon request. Envelopes must not contain documents relating to any RFI other than that shown on the envelope. No slips are to be attached to the response documents. Any additional conditions must be embodied in an accompanying letter. Subject only to clause 15 [Alterations made by the Respondent to Bid Prices] of the General

6 Management as part of IT Service Management (ITSM) over an agreed period. Page 6 of 27 Bid Conditions, alterations, additions or deletions must not be made by the Respondent to the actual Respondent documents. 5 BROAD-BASED BLACK ECONOMIC EMPOWERMENT AND SOCIO-ECONOMIC OBLIGATIONS Transnet fully endorses and supports the Government s Broad-Based Black Economic Empowerment Programme and it is strongly of the opinion that all South African business enterprises have an equal obligation to redress the imbalances of the past. Transnet would therefore prefer to do business with enterprises who share these same values and who are prepared to contribute to meaningful B-BBEE initiatives [including, but not limited to subcontracting and Joint Ventures] as part of their tendered responses. All procurement transactions will be evaluated accordingly. The Department of Trade and Industry [DTI] is currently in the process of reviewing the B-BBEE Codes of Good Practice [Code Series 000]. Transnet reserves the right to amend this Respondent in line with such reviews and/or amendments once they have come into effect. Transnet furthermore reserves the right to adjust the thresholds and evaluation processes to be aligned with such changes which may be issued by the DTI after the issue date of this Respondent. 5.1 B-BBEE Scorecard and Rating As prescribed in terms of the Preferential Procurement Policy Framework Act (PPPFA), Act 5 of 2000 and its Regulations, Respondents are to note the following: Any subsequent Proposals will be evaluated on price which will be allocated 80 or 90 points and preference which will be allocated 20 or 10 points, dependent on the value of the Goods. The 80/20 preference point system applies where the acquisition of the Goods will be less than R However, if the 80/20 preference point system is stipulated in this Respondent and all Bids received exceed R , the Respondent will be cancelled. The 90/10 preference point system applies where the acquisition of the Goods will exceed R However, if the 90/10 preference point system is stipulated in this Respondent and all Bids received are equal to or below R , the Respondent will be cancelled. If Transnet subsequently invites prospective suppliers to submit Proposals for its various expenditure programmes, it requires Respondents [Large Enterprises and QSE s - see below] to have their B-BBEE status verified in compliance with the Government Gazette No 34612, Notice No. 754 dated 23 September Valid B-BBEE Verification Certificates must be issued by: a) Verification Agencies accredited by the South African National Accreditation System [SANAS]; or b) Registered Auditors approved by the Independent Regulatory Board of Auditors [IRBA], in accordance with the approval granted by the Department of Trade and Industry. A Verification Certificate issued must reflect the weighted points attained by the measured entity for each element of the scorecard as well as the overall B-BBEE rating. Enterprises will be rated by Verification Agencies or Registered Auditors based on the following: a) Large Enterprises [i.e. annual turnover greater than R35 million]: Rating level based on all seven elements of the B-BBEE scorecard

7 Management as part of IT Service Management (ITSM) over an agreed period. Page 7 of 27 b) Qualifying Small Enterprises QSE [i.e. annual turnover between R5 million and R35 million]: Rating based on any four of the elements of the B-BBEE scorecard c) Exempted Micro Enterprises EME [i.e. annual turnover less than R5 million]: In accordance with B-BBEE Codes of Good Practice [Statement 000, Section 4], any enterprise with an annual total revenue of R 5 million or less qualifies as an EME. Automatic rating of B-BBEE Level 4 irrespective of race or ownership Black 1 ownership greater than 50% or Black Women ownership greater than 50% automatically qualify as B-BBEE Level 3 Sufficient evidence to qualify as an EME would be a certificate [which may be in the form of a letter] from an auditor, accounting officer or a Verification Agency accredited by SANAS. The certificate must confirm the company s turnover, Black ownership / Black female ownership and B-BBEE status level. Respondents are required to furnish proof of the above to Transnet. [i.e. a detailed scorecard as stipulated above in respect of Large Enterprises and QSEs, or a certificate in respect of EMEs]. Turnover: Kindly indicate your entity s annual turnover for the past year: R Transnet requires an indication of the total projected estimated price for planning and budget purpose only. 5.2 B-BBEE Joint Ventures, Consortiums and/or Subcontractors In addition to the above, Respondents who would wish to enter into a Joint Venture [JV] or consortium with, or subcontract portions of the contract to, B-BBEE entities, must state in their Respondents the percentage of the total contract value that would be allocated to such B-BBEE entities, should they be successful in being awarded any business. A valid B-BBEE Verification Certificate in respect of such B- BBEE JV or consortium partners and/or subcontractor(s), as well as a breakdown of the distribution of the aforementioned percentage must also be furnished with the Respondent Bid to enable Transnet to evaluate in accordance with the processes outlined in the B-BBEE Preference Points Claim Form appended hereto as Section 14. a) JVs or Consortiums If contemplating a JV or consortium, Respondents should also submit a signed JV or consortium agreement between the parties clearly stating the percentage [%] split of business and the associated responsibilities of each party. If such a JV or consortium agreement is unavailable, the partners must submit confirmation in writing of their intention to enter into a JV or consortium agreement should they be awarded business by Transnet through this Respondent process. This written confirmation must clearly indicate the percentage [%] split of business and the responsibilities of each party. In such cases, award of business will only take place once a signed copy of a JV or consortium agreement is submitted to Transnet. 1 Black means South African Blacks, Coloureds and Indians, as defined in the B-BBEE Act, 53 of 2003

8 Management as part of IT Service Management (ITSM) over an agreed period. Page 8 of 27 (i) Incorporated JVs/Consortiums As part of an incorporated JV/consortium s Bid response, the incorporated JV/consortium must submit a valid B-BBEE Verification Certificate in its registered name. (ii) Unincorporated JVs/Consortiums As part of an unincorporated JV/consortium s tendered response, the unincorporated JV/consortium must submit a consolidated B-BBEE certificate as if it was a group structure and such scorecard must have been prepared for this respondent in particular. N.B. Failure to submit a B-BBEE certificate in respect of the JV or Consortium, which is valid as at the Closing Date of this Respondent, will result in a score of zero being allocated for B-BBEE. b) Subcontracting If contemplating subcontracting, please note that a Respondent will not be awarded points for B-BBEE if it is indicated in its Proposal that such Respondent intends subcontracting more than 25% [twenty-five per cent] of the value of the contract to an entity that does not qualify for at least the same points that the Respondent qualifies for, unless the intended subcontractor is an EME with the capability to execute the contract. A person awarded a contract may not subcontract more than 25% [twenty-five per cent] of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is subcontracted to an EME that has the capability and ability to execute the subcontract. 5.3 B-BBEE Registration In addition to the Verification Certificate, Transnet recommends that Respondents register their B-BBEE compliance and supporting documentation on the Department of Trade and Industry s [DTI] National B-BBEE IT Portal and Opportunities Network and provide Transnet with proof of registration in the form of an official B-BBEE Profile issued by the DTI. Transnet would wish to use the DTI B-BBEE IT Portal as a data source for tracking B-BBEE compliance. For instructions to register and obtain a DTI B-BBEE Profile go to Supplier Development Initiatives Historically in South Africa there has been a lack of investment in infrastructure, skills and capability development and inequality in the income distribution and wealth of a significant portion of the population. There have been a number of Government initiatives developed to address these challenges. In particular, the New Growth Path [NGP] developed in 2010 aligns and builds on previous policies to ensure the achievement of Government s development objectives for South Africa. Transnet fully endorses and supports Government s New Growth Path policy through its facilitation of Supplier Development [SD] initiatives.

9 Management as part of IT Service Management (ITSM) over an agreed period. Page 9 of 27 6 COMMUNICATION Respondents are warned that a Proposal will be liable to disqualification should any attempt be made by a Respondent either directly or indirectly to canvass any officer or employee of Transnet in respect of this Respondent between the closing date and the date of the award of the business. For specific queries relating to this Respondent, a Respondent Clarification Request Form should be submitted before 12:00 on 22 nd November 2013, substantially in the form set out in Section 7 hereto. In the interest of fairness and transparency Transnet s response to such a query will then be made available to the other Respondents who have collected Respondent documents. For this purpose Transnet will communicate with Respondents using the contact details provided to the Secretariat on issue of the bid documentation to the Respondent. Kindly ensure that you provide the Secretariat with the correct contact details, as Transnet will not accept responsibility for being unable to contact a Respondent who provided incorrect contact details. After the closing date of the Respondent, a Respondent may only communicate with the Secretariat of the Transnet Acquisition Council, at telephone number /3522, TAC.SECRETARIAT@transnet.net or facsimile number on any matter relating to its Respondent Proposal. Respondents found to be in collusion with one another will be automatically disqualified and restricted from doing business with Transnet in the future. 7 INFORMATION REQUEST Information is requested from interested persons, companies, close corporations or enterprises [hereinafter referred to as the Respondent(s)] to supply the aforementioned information to Transnet. On or after 05 November 2013 the RFI/EOI documents may be inspected at, and are obtainable from the office of the Secretary, Transnet Acquisition Council, 48 th Floor, Carlton Centre, 150 Commissioner Street, Johannesburg. Any additional information or clarification will be faxed or ed to all potential Respondents, if necessary. 8 EXPRESSION OF INTEREST [EOI] Respondents should note that Transnet reserves the right to approach only those entities which have completed and submitted an EOI to Transnet through this procurement process with any subsequent Request for Proposal [RFP] if and when this is issued by Transnet. Respondents who have submitted this RFI/EOI will be notified in due course of the availability of such Respondent documents for collection at a non-refundable charge. 9 COMMUNICATION Any queries regarding this document should be ed to the Secretariat of the Transnet Acquisition Council at TAC.SECRETARIAT@transnet.net by no later than 00:00 on 22 November 2013 using the RFI/EOI Clarification Request Form, substantially as set out in Section 7 hereof.

10 Management as part of IT Service Management (ITSM) over an agreed period. Page 10 of RESPONSE SUBMISSION Responses must reach the Secretary, Transnet Acquisition Council before the closing hour on the date shown below, and must be enclosed in a sealed envelope which must have inscribed on the outside: RFI/EOI NO: DESCRIPTION: GSM/13/09/0875 Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. CLOSING DATE AND TIME: 12h:00 on 26 November 2013 CLOSING ADDRESS: [Refer options paragraph... below] The following dates are relevant to this process: Procedure Due Dates RFI issue RFI responses Short List Adjudication/ Demos 05 Nov -Nov-22 Nov 26-Nov 29-Nov 14-Dec The RFP process will be separate and begin in approximately January INSTRUCTIONS FOR COMPLETION OF RFI/EOI 11.1 All Returnable Documents listed in the Expression of Interest [Section 4] in this RFI/EOI must be returned with your submission The person or persons signing the submission must be legally authorised by the Respondent to do so. 12 ADDITIONAL NOTES 12.1 It is envisaged that Supplier/ Service Providers will be appointed, through a separate RFP process, to supply or provide requirements for a period to be determined This RFI/EOI is not an offer to purchase and Transnet is under no obligation to accept any proposals in this process and/or the subsequent RFP which may be issued hereafter As this is a Request for Information and Expression of Interest only, no business will be awarded through this process The quoted price is for budgeting and planning purposes only. 13 DISCLAIMERS 13.1 Respondents are hereby advised that Transnet is not committed to any course of action as a result of its issuance of this RFI/EOI and/or its receipt of submissions in response to it. In particular, please note that Transnet reserves the right and at it s sole and full discretion to:

11 Management as part of IT Service Management (ITSM) over an agreed period. Page 11 of 27 a) utilise any information provided to it in response to this RFI/EOI to draft the scope of requirements for inclusion in an RFP; b) take no further action whatsoever, if it so decides c) withdraw from this process and the provisions of this project at any time; d) select the RFI and RFP participants based on Transnet s criteria; e) change the dates of adjudication and submission; f) not invite RFI respondents for further participation in the RFP process; g) not bind itself to accept any or all of the RFI; or h) increase or decrease the quantities Transnet s decisions will be final and no correspondence will be entered into after the selection process. You will be formally notified of your result An RFI will only be deemed accepted once written notice is given by Transnet to the successful respondent(s) and after any amendments have been documented and agreed to Kindly note that Transnet will not reimburse any Respondent for any preparatory costs or other work performed in connection with this submission.

12 Management as part of IT Service Management (ITSM) over an agreed period. Page 12 of 27 Respondents are to complete this section: NAME OF RESPONDENT PHYSICAL ADDRESS Respondent s contact person: Name Designation Telephone Cell Phone Facsimile Website Respondent s alternate contact person: Name Designation Telephone Cell Phone Facsimile Website Transnet urges its clients, suppliers and the general public to report any fraud or corruption on the part of Transnet employees to TIP-OFFS ANONYMOUS:

13 Management as part of IT Service Management (ITSM) over an agreed period. Page 13 of 27 RFI/EOI for the Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity and Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. Section 2 : RFI SCOPE OF REQUIREMENTS BACKGROUND Transnet has made significant investments in IT assets designed to support the business, streamline operations and improve cost-efficiency. However, keeping track of these IT assets, monitoring and measuring their use, value and impact on the business is a challenge. Transnet has in the past been penalized a significant amount of money for non-compliance with licensing conditions. An effective IT asset management solution could have prevented non-compliance and reduced the risk of, and expenses related to non-compliance. Transnet requires a solution to establish a Capacity and Performance Management service for the IT infrastructure, applications, network services and other underlying components. Ideally, for the Transnet EIMS environment, the proposed solution for the above-mentioned is to be included as part of the ITSM. KEY OBJECTIVES OF THIS RFI PROCESS Information is required on the below IT Asset Management A solution that will enable the ICT organisation to manage all IT assets designed to support the business, streamline operations and improve cost-efficiency, including Software Asset/Licence Management Capacity and Performance Management A solution that will enable the ICT organisation to establish this service for the IT infrastructure, applications, network services and other underlying components The above-mentioned IT Asset Management and Capacity and Performance capability, should be offered as part of a full ITSM solution in addition to all other ITSM processes. Support functions to be provided as part of the service must include the following: o Technical support for the solution and interfaces; o Operational support functions by the asset management team; o Proactive monitoring and reporting on service performance and incident avoidance; o Asset Auto-discovery solutions o Assisting Transnet with competency development In scope ITAM: o o o WAN & LAN IT Assets across Transnet (Potential subsequent phase) Multifunction Devices License management will include operating systems, and Commercially Off the Shelf (COTS) software

14 Management as part of IT Service Management (ITSM) over an agreed period. Page 14 of 27 o Unix servers and software applications, OS & DB o Stores and loan units (Manual or automated capture) o Mobile devices and inventory (potentially as part of Phase 2) o Creation of a software catalogue Capacity and Performance Management: o End-to-end service monitoring is key which will encompass the management of individual components which make up the service; o Integrate into existing monitoring and health monitoring tools e.g. SCCM, SCOM, etc; o SAN Storage with storage connected to Servers; o Microsoft, VMWare and other VM (Virtual Machine) environments; o Mobiles (e.g Blackberry, Samsung, iphone) and other messaging and collaboration environments; o Video & Unified communications environments; o AIX Virtual environment of servers in scope; o WAN and LAN services as components of overall service IT and business services; o Service view based on resource capacity, utilisation, trending and service effecting thresholds and alerts via suitable communication mechanisms e.g. SMS and ; o Application performance monitoring and service right-sizing based on utilisation and trending; o IT service capacity planning & forecasting ITSM o It would be ideal if the above-mentioned solution are part of or can easily be integrated with the IT Service Management tool with a reporting Portal and ability to execute ITIL V3 Compliant processes, including the ITIL-in-a-box processes; Security Requirements The solution must be compliant with Transnet s policies and standards including technical security standards: o All security considerations for the proposed on-boarding need to be aligned with the current Transnet security governance and existing services provided by existing service providers; o This includes security of passwords, access control to the relevant tooling in the solution as well as the standard data backup and protection governance required. o The platforms used must integrate into operational, security and compliance monitoring solutions such as Symantec MSS, Envision (for logging/sem and realtime incidents/sim), for performance monitoring, for compliance (McAffee) and database, patch management (SCCM) and AD.

15 Management as part of IT Service Management (ITSM) over an agreed period. Page 15 of 27 EVALUATION CRITERIA: IT Asset Management - Manage all IT assets designed to support the business, streamline operations and improve cost-efficiency, including Software Asset/Licencing Management IT asset management system and the related integration from operational systems such as Inventory Collection and Master Data capturing, to enrich the value of discovered assets Keeping track of these IT assets, monitoring and measuring their use, value and impact on the business is a challenge Prevent non-compliance and reduce the risk of, and expenses related to non-compliance to licensing conditions Effectively manage the estate in order to: - avoid unnecessary asset purchases - promote the harvesting of existing resources - gather detailed hardware and software inventory information used - enable decision-making regarding hardware and software purchases / redistribution The implementation must include : - The initial data population and baseline signoff - Documentation of IT asset management policies and procedures - Training - Implementation of the IT asset management as a sustainable service Organisational information should be defined in order to manage and report software within organisational context (cost centres, departments, locations). An online reporting mechanism is required for access to: - scheduled reports - interactive reports - IT asset management documentation. The solution should assist Transnet to increase revenue by improving the following: asset availability, asset reliability, business performance and service delivery The solution to fit in with the employee on-boarding process and integrate with systems such as AD and SCCM Capacity and Performance Management - Establish this service for the IT infrastructure, applications, network services and other underlying components Capacity management should supports the optimum and cost-effective provisioning of IT services by assisting Transnet match their IT resources to business demands The requirements expressed by Transnet indicate a basic level of ITIL Maturity for Capacity Management based on the fact that Resource Capacity Management (CPU, Memory & Disk), Service Capacity (Servers within a group of Services) and Business Metric Capacity (Transaction- and User volumes) are required The high-level activities include: application sizing, workload management, demand management, capacity planning, resource management, performance management Service view based on resource capacity, utilisation, trending and service effecting thresholds and alerts via suitable communication mechanisms e.g. SMS and Application performance monitoring and service right-sizing based on utilisation and trending IT service capacity planning & forecasting Included as part of the ITSM A full CMDB, that is highly capable, as a subset of ITAM - Single source of truth for all IT configuration items within the Transnet ICT environment. A competent asset auto-discovery module/tool Establish processes to verify as well as interfaces to Incident, Problem, service request fulfilment and Change Management in order to perform business impact analysis Service Catalogue Functionality: Business Service views i.e. structuring services in a manner that is relevant to business stakeholders and customers Each one of such services must display agreed SLA's as well as cost per service Service Request Fulfilment that is linked to workflow, and SLA's around approvals. Such services to be linked and/or selected from the service catalogue

16 Management as part of IT Service Management (ITSM) over an agreed period. Page 16 of 27 GENERAL RESPONDENT OBLIGATIONS The Respondent(s) shall be fully responsible to Transnet for the acts and omissions of persons directly or indirectly employed by them. The Respondent (s) must comply with the requirements stated in this RFI. CONFIDENTIALITY AND COMPLIANCE This RFI and information contained herein or provided for purposes thereof, remain the property of Transnet and may not be reproduced, sold or otherwise disposed of. All recipients of this document (whether a RFI is submitted or not) shall treat the details of this document as strictly private and confidential. Information disclosed in this RFI is given in good faith and only for the purposes of providing sufficient information to the respondent to enable submission of a well-informed and realistic RFI. UNDERTAKINGS BY RESPONDENT It will be accepted that the respondent, on submitting the RFI response, has read, understood and accepted all the terms and conditions of the document. The submission of the RFI by any respondent shall presume complete acceptance of the terms and conditions of the document. All qualifications and or exceptions should be noted in the RFI Response document. COSTS TO RESPOND TO THE RFI All respondents wishing to submit a RFI response must be in possession of this document, the RFI. Transnet will not be responsible for or pay any expense or losses which may be incurred by any respondent in the preparation and submission of the RFI and the costs of the RFI at all stages of the RFI process. Costs, if any, will be for each respondent s own account. Transnet reserves the right to invite certain respondents to present or otherwise demonstrate their proposed solution as per their RFI, at the respondent s own cost, to help Transnet determine which respondent should be included in the short listing towards the RFP process. AUTHORITY OF SIGNATORY. If the RFI respondent is a company, a certified copy of the resolution of the Board of Directors (i.e. personally signed by the Chairman or Secretary of the Board) authorising the person who signs this RFI to do so and any other documents and correspondence in connection with this RFI and/or agreement on behalf of the company, must be submitted with their RFI. If the RFI respondent is a partnership, a certified copy of the resolution of the partners (personally signed by all the partners) authorising the person who signs this RFI to do so and any other documents and correspondence in connection with this RFI and/or agreement on behalf of the partnership, must be submitted with this RFI.

17 Management as part of IT Service Management (ITSM) over an agreed period. Page 17 of 27 If the RFI respondent constitutes a one-man business, certified proof must be submitted that the person signing this RFI and any other documents and correspondence in connection with this RFI and/or agreement is the sole owner of the one-man business. Failure to comply with this clause can result in rejection of the RFI response. OFFERING OF COMMISSION OR GRATUITY. If a respondent, or any person employed by him, is found to have either directly or indirectly offered, promised or given to any person in the employ of Transnet, any commission, gratuity, gift or other consideration, Transnet shall have the right and without prejudice to any other legal remedy which it may have in regard to any loss or additional cost or expenses, to disqualify the RFI respondent from further participation on this process and any other subsequent processes in this regard. The RFI respondent will be responsible for all and any loss that Transnet suffers as a result hereof. UNDERTAKING BY TRANSNET In responding to this RFI, Transnet encourages all RFI respondents and to put their best effort into the construction and development of the proposal. The RFI process will include due governance and the results of the adjudication process will be available to respondents who are not successful under certain conditions. This will be allowed at the sole discretion of Transnet. Transnet wishes to state that all Respondents have an equal chance and no preference will be allocated to any current supplier whatsoever. RFI / NON DISCLOSURE AGREEMENT (NDA) Any queries regarding the Request For Information or information required should be directed to: Clayton Losper Clayton.losper@transnet.net RFI SELECTION CRITERIA The following selection criteria will be used as a guide for adjudicating respondents. It should be noted that the weighting represents a balanced scorecard for selection. Specific detailed items that are important for the respondent to consider in the response preparation process include: Quality of presentation, reply to the RFI and attention to required detail during the selection process. Compliance with the terms and conditions of the RFI documents. Satisfaction of the project objectives.

18 Management as part of IT Service Management (ITSM) over an agreed period. Page 18 of 27 RFI/EOI for the Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. Section 3 : TRANSNET S RFI/ EOI INFORMATION REQUIREMENTS FOR EXPRESSION OF INTEREST [EOI] Respondents expressing an interest to participate at this RFI/EOI stage must qualify in terms of the minimum predetermined requirements and have the capability to supply / provide the full range of Products/ Services, as set out below: TECHNICAL CAPABILITY Respondents are required to indicate their existing technical capability by ticking the applicable box in the table below: Description Yes No > 3 years experience as professional IT service provider (Provide Company Profile); > 3 years experience providing, IT Asset and/or IT Capacity and Performance management tools as part of ITSM (Company Profile); Reference letters from clients who implemented tools/processes from this provider - indicate the size of such an implementation. Such clients must preferably be the size of Transnet. (Indicate engagement date, solution, reliability of services provided); Indication from the Service Provider that they have the capability and skills needed for successful implementation of such a tool: Project Management, Architecture (Technical and Security), ITSM Process Engineering, Integration Developers and Infrastructure Support and ITIL V3 Experts (Capacity, CMDB, ITAM) Provide CV s The Service Provider may propose a solution in a form of multiple tools that are proven to work well together. A working example/proof of integration must be provided/demonstrated This RFI must be accompanied by roadmaps, a high-level solution design documents that are technology-specific and solution-specific, implementation/project plans and integration plans to existing tools, where necessary;

19 Management as part of IT Service Management (ITSM) over an agreed period. Page 19 of 27 EVALUATION METHODOLOGY AND CRITERIA During this RFI/ EOI process and the subsequent RFP process Transnet intends utilising the following methodology and criteria in selecting a preferred Supplier(s). Please note that the criteria and/or weightings listed in the various stages below may change at RFP stage. Stage 1 Stage 2 Stage 3 Stage 4 Still to be determined Administrative Responsiveness Substantive Responsiveness Weighted Scoring / 100 Price B-BBEE Returnable Documents & Schedules Pre-qualification Technical & Functionality FINAL SCORE SUMMARY OF PROPOSED RFP EVALUATION THRESHOLD AND WEIGHTINGS EVALUATION CRITERIA MINIMUM THRESHOLD [%] Technical / functionality Still to be determined EVALUATION CRITERIA FINAL WEIGHTED SCORES Price 90 B-BBEE 10 TOTAL SCORE: 100 Note: Transnet will reserve the right to conduct post-tender negotiations with the preferred Respondent(s) during RFP stage. FINANCIAL REQUIREMENTS FOR FUTURE AWARD OF BUSINESS In the event of a RFP following this RFI process, it will be a condition precedent prior to the award of business in terms of that RFP that the successful Respondent demonstrates its ability to fund Transnet s requirements.

20 Management as part of IT Service Management (ITSM) over an agreed period. Page 20 of 27 RFI/EOI for the Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. Section 4 : EXPRESSION OF INTEREST I/We_ [name of company, close corporation or partnership] of [full address] carrying on business under style or title of [trading as] represented by in my capacity as being duly authorised, hereby lodge an Expression of Interest in the provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM), over an agreed, as follows: ADDRESS FOR NOTICES Respondent to indicate its domicilium citandi et executandi hereunder: Name of entity: Facsimile: Address: NAME(s) AND ADDRESS / ADDRESSES OF DIRECTOR(s) OR MEMBER(s) The Respondent must disclose hereunder the full name(s) and address(s) of the director(s) or members of the company or close corporation [C.C.] on whose behalf the RFI is submitted. (i) (ii) Registration number of company / C.C. Registered name of company / C.C. (iii) Full name(s) of director/member(s): Address/Addresses: ID Number/s:......

21 Management as part of IT Service Management (ITSM) over an agreed period. Page 21 of CONFIDENTIALITY All information related to a subsequent contract, both during and after completion, is to be treated with strict confidence. Should the need however arise to divulge any information gleaned from provision of the Services, which is either directly or indirectly related to Transnet s business, written approval to divulge such information must be obtained from Transnet. VENDOR APPLICATION FORM Please complete this form, included herewith as Section 5, and return with your Returnable Documents.

22 Management as part of IT Service Management (ITSM) over an agreed period. Page 22 of 27 RETURNABLE DOCUMENTS Respondents must submit with their responses to this RFI/EOI, as a minimum requirement, all the returnable documents indicated below with a [ ]. All Sections must be signed and dated by the Respondent. SECTION 1 : Notice to Respondents - Notice to Bidders SECTION 2 : - Background and Scope of Requirements SECTION 3 : TRANSNET S RFI/ EOI INFORMATION - 2 working examples of integration - Company Profile - Reference Letters - CV s - Roadmaps / Solution Design Documents / Project Implementation Plan - Budgeted Price SECTION 4 : Expression of Interest SECTION 5 : Vendor Application Form - Original cancelled cheque or bank verification of banking details - Certified copies of IDs of shareholder/directors/members [as applicable] - Certified copy of Certificate of Incorporation [CM29/CM9 name change] - Certified copy of share certificates [CK1/CK2 if CC] - Company letterhead - Original valid Tax Clearance Certificate - Certified copy of VAT Registration Certificate SECTION 6 : Signed Non-Disclosure Agreement

23 Management as part of IT Service Management (ITSM) over an agreed period. Page 23 of 27 By signing these RFI/EOI documents, the Respondent is deemed to acknowledge that he/she has made himself/herself thoroughly familiar with all the conditions governing this RFI/EOI, including those contained in any printed form stated to form part hereof and Transnet SOC Ltd will recognise no claim for relief based on an allegation that the Respondent overlooked any such condition. SIGNED at on this day of 20. SIGNATURE OF WITNESSES ADDRESS OF WITNESSES 1 Name 2 Name SIGNATURE OF RESPONDENT S AUTHORISED REPRESENTATIVE: NAME: DESIGNATION:

24 Management as part of IT Service Management (ITSM) over an agreed period. Page 24 of 27 RFI/EOI for the Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. Section 5 : VENDOR APPLICATION FORM Respondents are to furnish the following documentation and complete the Vendor Application Form below: 1. Original cancelled cheque OR letter from the Respondent s bank verifying banking details [with bank stamp] 2. Certified copy of Identity Document(s) of Shareholders/Directors/Members [where applicable] 3. Certified copy of Certificate of Incorporation, CM29 / CM9 [name change] 4. Certified copy of Share Certificates [CK1/CK2 if CC] 5. A letter on the company s letterhead confirm physical and postal addresses 6. Original valid SARS Tax Clearance Certificate and certified copy of VAT Registration Certificate 7. A signed letter from your auditor or accountant confirming most recent annual turnover figures Vendor Application Form Company trading name Company registered name Company Registration Number or ID Number if a Sole Proprietor Form of entity [ ] CC Trust Pty Ltd Limited Partnership Sole Proprietor VAT number Company telephone number Company fax number Company address Company website address Bank name Account holder Branch & Branch code Bank account number Postal address Code Physical address

25 Management as part of IT Service Management (ITSM) over an agreed period. Page 25 of 27 Code Contact person Designation Telephone Annual turnover range [last financial year] < R5 m R5-35 m > R35 m Does your company provide Products Services Both Area of delivery National Provincial Local Is your company a public or private entity Public Private Does your company have a Tax Directive or IRP30 Certificate Yes No Main product or services [e.g. Stationery/Consulting] Complete B-BBEE Ownership Details: % Black ownership % Black women ownership % Disabled Black ownership Does your company have a B-BBEE certificate Yes No What is your B-BBEE status [Level 1 to 9 / Unknown] How many personnel does the firm employ Permanent Part time If you are an existing Vendor with Transnet please complete the following: Transnet contact person Contact number Transnet Operating Division Duly authorised to sign for and on behalf of Company / Organisation: Name Signature Designation Date

26 Management as part of IT Service Management (ITSM) over an agreed period. Page 26 of 27 RFI/EOI for the Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. Section 6 : NON-DISCLOSURE AGREEMENT [NDA] Complete and sign the Non-Disclosure Agreement appended hereto as Annexure A

27 Management as part of IT Service Management (ITSM) over an agreed period. Page 27 of 27 RFI/EOI for the Provision of capabilities of various solutions for the IT Asset Management (ITAM) and Capacity Performance Management as part of IT Service Management (ITSM) for Transnet SOC Ltd. Section 7 : RFI/EOI CLARIFICATION REQUEST FORM RFI/EOI No: GSM 13/09/0875 Deadline for RFI/EOI clarification submissions: Before 10:00 on 22 November 2013 TO: ATTENTION: DATE: FROM: Transnet SOC Ltd The Secretary, Transnet Acquisition Council [TAC] TAC.SECRETARIAT@transnet.net.. RFI/EOI Clarification No [to be inserted by Transnet].. REQUEST FOR RFI/EOI CLARIFICATION:

REQUEST FOR PROPOSAL [RFP]

REQUEST FOR PROPOSAL [RFP] TRANSNET SOC LTD [Registration No. 1990/000900/30] REQUEST FOR PROPOSAL [RFP] FOR THE PROVISION OF AN INDUSTRY EXPERT/FIRM IN BUSINESS PROCESS MANAGEMENT TO ASSIST TRANSNET WITH A BUSINESS PROCESS MANAGEMENT

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

EXTERNAL POLICY PROCUREMENT

EXTERNAL POLICY PROCUREMENT EXTERNAL POLICY PROCUREMENT Revision: 0 Page 1 of 8 TABLE OF CONTENTS 1 SCOPE 3 2 POLICY 3 2.1 Procurement objectives 3 2.2 Broad-Based Black Economic Empowerment (BBBEE) 3 2.3 Business ethics and governance

More information

Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014

Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014 Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. Briefing Session: 18 February 2015 at 14h00 RFP No.: RFP 28/2014 Closing Date: 10 March 2015,

More 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

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

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

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

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

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

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

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

VENDOR APPLICATION FORM

VENDOR APPLICATION FORM INTRODUCTION AND GUIDELINES VENDOR APPLICATION FORM The purpose of this database is to give all current and prospective service providers, an equal opportunity to submit quotations to the University for

More 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

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

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

More information

SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS

SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS Name of company Town / City Revision 0, October 2012 1 ALL SUPPLIER INFORMATION WILL BE TREATED STRICTLY CONFIDENTIAL. NOTE: a) The information

More information

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE 1 SOL PLAATJE MUNICIPALITY INVITATION FOR QUOTATION Q 072 /2014: PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE SUPPLIER ADRESS: TEL NO: CELL NO.: FAX NO: Prepared for:- Prepared

More 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

SPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS

SPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS DEA AS AN ORGAN OF STATE SUBSCRIBES TO AND PROPAGATES BOTH THE NOTION OF BROAD BASED BLACK ECONOMIC EMPOWERMENT (BBBEE) ACT, No. 53 Of 2003, THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, No. 5 of

More 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

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

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

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

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

TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW

TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW REGARDLESS OF THE REASONS FOR LATE SUBMISSION, YOUR TENDER OFFER

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

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR ICT DESKTOP MANAGED SERVICES TENDER NUMBER: HO/ICT/270/05/2015

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR ICT DESKTOP MANAGED SERVICES TENDER NUMBER: HO/ICT/270/05/2015 REQUEST FOR PROPOSALS (RFP) FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR ICT DESKTOP MANAGED SERVICES ICT DESKTOP MANAGED SERVICES Page 1 of 40 Issue Date: 10 May 2015 for / on behalf of PRASA Tender

More information

(PRINT Name of Company) Company Street Address: Company Postal Address: Company Tel/or Cell:

(PRINT Name of Company) Company Street Address: Company Postal Address: Company Tel/or Cell: Management Information Systems Support Ministry of Education, Employment & Gender Affairs Representing the Government of the Tender No. DTC-MOE-T1415-001 RECEIPT OF TENDER DOCUMENTS FORM (Notice of Intent

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

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

Records Information Management System Development and Implementation

Records Information Management System Development and Implementation ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : procurement@mgsl.co.za WEBSITE : www.mgslg.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets

More 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

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

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

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

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

REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES

REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES RFP TSM/001/2015 1. Background to CATHSSETA CATHSSETA is a statutory body established through the Skills Development Act of 1998 to enable

More 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

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

Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30

Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30 Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30 Mode of Bid Submission Hand deliver / courier / post Last Date & Time of Submission of Bid

More 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

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

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

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

More information

REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET

REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : procurement@mgsl.co.za WEBSITE : www.mgsl.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets

More information

Sale / Assignment of Non Performing Assets. Invitation for Expression of Interest. Special Situation Advisors (India) Pvt. Ltd.

Sale / Assignment of Non Performing Assets. Invitation for Expression of Interest. Special Situation Advisors (India) Pvt. Ltd. Sale / Assignment of Non Performing Assets Invitation for Expression of Interest Special Situation Advisors (India) Pvt. Ltd. November, 2015 Karnataka Bank Limited invites offers from all eligible Asset

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

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

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

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

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

T28/05/13. Supply and Installation of Video Conferencing Equipment to IDC CLOSING DATE: FRIDAY, 17 MAY 2013 AT 12:00 NOON

T28/05/13. Supply and Installation of Video Conferencing Equipment to IDC CLOSING DATE: FRIDAY, 17 MAY 2013 AT 12:00 NOON T28/05/13 Supply and Installation of Video Conferencing Equipment to IDC CLOSING DATE: FRIDAY, 17 MAY 2013 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION 1: GENERAL CONDITIONS

More information

SUPPLY CHAIN MANAGEMENT POLICY

SUPPLY CHAIN MANAGEMENT POLICY SOUTH AFRICAN MEDICAL RESEARCH COUNCIL SUPPLY CHAIN MANAGEMENT POLICY SUPPLY CHAIN MANAGEMENT POLICY Page 1 of 12 Document review and approval Revision history Version Author Date 1 National Manager Operations

More information

BANK OF UGANDA REPUBLIC OF UGANDA

BANK OF UGANDA REPUBLIC OF UGANDA BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: info@bou.or.ug

More information

Request for Proposal (RFP) Risk Management and Short Term Insurance Broking Services. RFP Number: 485/12/12/2014

Request for Proposal (RFP) Risk Management and Short Term Insurance Broking Services. RFP Number: 485/12/12/2014 Request for Proposal (RFP) Risk Management and Short Term Insurance Broking Services RFP Number: 485/12/12/2014 Date of Issue 23 November 2014 Compulsory Briefing Session Closing Date and Time Place 1

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

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

APPLICATION TO BE REGISTERED ON THE ACCOUNTING STANDARDS BOARD SUPPLIER DATABASE

APPLICATION TO BE REGISTERED ON THE ACCOUNTING STANDARDS BOARD SUPPLIER DATABASE APPLICATION TO BE REGISTERED ON THE ACCOUNTING STANDARDS BOARD SUPPLIER DATABASE TO ALL SUPPLIERS SEEKING REGISTRATION AS AN APPROVED SUPPLIER ON THE DATABASE OF THE ACCOUNTING STANDARDS BOARD All suppliers

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

TERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project

TERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project TERMS OF REFERENCE Appointment of a website developer as service provider for the National Biosafety Communication Project I. INTRODUCTION AND BACKGROUND The National Biosafety Platform (Biosafety SA)

More information

3.2 Seven (7) x HIGH PERFORMANCE WALK-THROUGH METAL DETECTOR. Detailed technical specification is illustrated on Annexure B.

3.2 Seven (7) x HIGH PERFORMANCE WALK-THROUGH METAL DETECTOR. Detailed technical specification is illustrated on Annexure B. TERMS OF REFERENCE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF SECURITY X-RAY SCANNERS AND WALK THROUGH METAL DETECTORS ON LEASE BASIS FOR A PERIOD OF THIRTY SIX (36) MONTHS FOR DEPARTMENT OF ENERGY 1.

More information

NCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011

NCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011 1 UVIMBA FINANCE, 128 Alexandra Road, King William s Town, PO Box 495, 5601, Tel - 043 604

More information

SUPPLIER DATABASE APPLICATION FORMS

SUPPLIER DATABASE APPLICATION FORMS SUPPLIER DATABASE APPLICATION FORMS APPROVAL (for office use only) Database reference: Supplier number: 1 Inkomati Catchment Management Agency ( ICMA ) Preferred Supplier Database Application Form. Further

More information

Request for proposals (RFP) The provision of maintenance and servicing of security systems to CSIR. RFP No. 588/19/06/2015

Request for proposals (RFP) The provision of maintenance and servicing of security systems to CSIR. RFP No. 588/19/06/2015 Request for proposals (RFP) The provision of maintenance and servicing of security systems to CSIR RFP No. 588/19/06/2015 Date of Issue Friday, 05 June 2015 Compulsory Briefing Session Thursday,11 June

More information

Transnet Freight Rail an Operating Division of TRANSNET LIMITED (Registration No. 1990/000900/06) REQUEST FOR PROPOSAL ( RFP )

Transnet Freight Rail an Operating Division of TRANSNET LIMITED (Registration No. 1990/000900/06) REQUEST FOR PROPOSAL ( RFP ) Transnet Freight Rail an Operating Division of TRANSNET LIMITED (Registration No. 1990/000900/06) REQUEST FOR PROPOSAL ( RFP ) RFP NUMBER: HOAC-HOS-6230 PROVISION OF webmethods and Aris Professional Services

More information

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

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

More information

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

REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08

REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08 Contract Number: SP-GK-0301/06/08 REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08 ISSUED BY: MS ELDAH PHATHWA SENIOR MANAGER: ACQUISITION SOUTH AFRICAN NATIONAL PARKS

More information

EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES

EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES The Kenya Power & Lighting Co. Ltd. EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES TENDER NO. KPLC1/5BA/42U/01/11 LIST OF CONTENTS PART I INTRODUCTION PART II SUMMARY OF THE IN-HOUSE COURSES TO

More information

City of Johannesburg Johannesburg Roads Agency

City of Johannesburg Johannesburg Roads Agency City of Johannesburg Johannesburg Roads Agency 66 Pixley Seme Street (previously Sauer Str.) Cnr. Rahima Moosa Street (previously Jeppe Str.) Johannesburg 2001 P/Bag X70 Braamfontein South Africa 2017

More 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

SPECIAL CONDITIONS OF CONTRACT RT20-2015

SPECIAL CONDITIONS OF CONTRACT RT20-2015 SPECIAL CONDITIONS OF CONTRACT RT20-2015 THE APPOINTMENT OF A PANEL OF PROFESSIONAL SERVICE PROVIDERS FOR FINANCIAL MANAGEMENT AND RELATED SERVICES FOR THE STATE PERIOD 1 SEPTEMBER 2015 TO 31 AUGUST 2018

More 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

T27/04/13 REQUEST FOR PROPOSAL FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF ADDITIONAL HEATING EQUIPMENT FOR AIR CONDITIONING SYSTEMS AT THE IDC

T27/04/13 REQUEST FOR PROPOSAL FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF ADDITIONAL HEATING EQUIPMENT FOR AIR CONDITIONING SYSTEMS AT THE IDC T27/04/13 REQUEST FOR PROPOSAL FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF ADDITIONAL HEATING EQUIPMENT FOR AIR CONDITIONING SYSTEMS AT THE IDC NOTE: A NON COMPULSORY BRIEFING SESSION WILL BE HELD

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

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

City of Cape Town. Supply Chain Management

City of Cape Town. Supply Chain Management City of Cape Town Supply Chain Management Processes Presented by: Leonard Shnaps A Walk Through Legal Framework SCM Conceptualised Demand Planning Supplier Management Tenders Procurement Website Unsolicited

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 BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM

REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM Tender Number: GNP-014-15 Request For Bid: KNP IPZ Eastern Perimeter River Gap Detection Security System TABLE OF CONTENTS

More information

JUST INVEST VIRTUAL OFFICE AGREEMENT

JUST INVEST VIRTUAL OFFICE AGREEMENT JUST INVEST VIRTUAL OFFICE AGREEMENT Between Just Invest Registration Number 2008/029526/07 (Hereinafter referred to as Just Invest ) With chosen domicilium address, namely: Unit F02 First Floor, Block

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT 40 Hull Street, Cnr. 8th Street and Hull Streets TEL NO. : + 27 (0)11 830 2200 FAX NO.:+ 27 (0)11 830 2201 Vrededorp, Johannesburg, 2092 EMAIL : procurement@mgsl.co.za

More 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

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS 1/10 REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS Delhi Development Authority Medical Cell VikasSadan,

More information

NAMAKWA DISTRICT MUNICIPALITY

NAMAKWA DISTRICT MUNICIPALITY Notice: 31/2014 NAMAKWA DISTRICT MUNICIPALITY PROCUREMENT OF THE SUPPLY, DELIVERY & INSTALLATION OF A FLEET TRACKING SYSTEM... NAME OF SERVICE PROVIDER ADDRESS:...... TEL :... FAX :.. Ms M L Brandt Municipal

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

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

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

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

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)

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

FINANCIAL SERVICES BOARD FSB REPUTATION MANAGEMENT BID FSB2015/019 CLOSING DATE: 14 JULY 2015

FINANCIAL SERVICES BOARD FSB REPUTATION MANAGEMENT BID FSB2015/019 CLOSING DATE: 14 JULY 2015 FSB REPUTATION MANAGEMENT CLOSING DATE: 14 JULY 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office Park, Block B; 41 Matroosberg

More information

Electoral Commission. Auction # 10220759. Patch Management Solution

Electoral Commission. Auction # 10220759. Patch Management Solution Electoral Commission Auction # 10220759 Patch Management Solution IMPORTANT NOTICE Failure to comply with the completion of the auction conditions and the required information (i.e. Make, model and size

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

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

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office)

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office) Certificate of Entitlement (COE) Bidding Agreement VENDOR S NAME (Addresses and details of Head Office and Branch Office) THIS PURCHASER S REQUEST AND AUTHORISATION TO BID FOR A COE AGREEMENT ("the Agreement")

More information

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY Request for Proposals PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY CLOSING LOCATION 2270 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME DATE: MARCH 1 ST, 2013 3

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

Reproduced by Sabinet Online in terms of Government Printer s Copyright Authority No. 10505 dated 02 February 1998

Reproduced by Sabinet Online in terms of Government Printer s Copyright Authority No. 10505 dated 02 February 1998 4 No.34350 GOVERNMENT GAZETTE, 8 JUNE 2011 No. R. 502 8 June 2011 PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2011 I, Pravin J. Gordhan, Minister of Finance,

More information

FINANCIAL SERVICES BOARD SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION BID FSB2015/017 CLOSING DATE: 23 JUNE 2015

FINANCIAL SERVICES BOARD SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION BID FSB2015/017 CLOSING DATE: 23 JUNE 2015 SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION CLOSING DATE: 23 JUNE 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office

More information