REQUEST FOR PROPOSALS
|
|
- Chad Johns
- 8 years ago
- Views:
Transcription
1 ENQUIRIES : SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0) procurement@mgsl.co.za FAX NO WEBSITE : : + 27 (0) Hull Street, Cnr. 8th Street and Hull Streets Vrededorp, Johannesburg, 2092 Postnet Suite No. 161, Private Bag X9 Melville, 2109 REQUEST FOR PROPOSALS PROVISION OF TRAININIG & ONSITE SUPPORT TO TEACHERS TO INTEGRATE ICT IN TEACHING AND LEARNING IN 414 SCHOOLS IN THE GAUTENG PROVINCE MATTHEW GONIWE SCHOOL OF LEADERSHIP & GOVERNANCE (MGSLG)
2 TABLE OF CONTENTS 1. Introduction Objectives Scope of Services Methodology Pre-Qualification 4 6. Outputs and deliverables Evaluation Processes Mandatory Requirements Communication Prohibition of Restrictive Processes Fronting Presentation Compulsory Briefing Timeframe and Formal Contacts Packaging of Bid Contact details 9 Page 2
3 1. INTRODUCTION 1.1 Background Matthew Goniwe School of Leadership and Governance (MGSLG), an agency of the Gauteng Department of Education (GDE), was established in 2003 to serve as the capacity-building arm of the GDE to provide empirical and research-based quality intervention programmes for School Governing Bodies (SGBs) and School Management Teams (SMTs). It has since expanded its scope to include District Officials, Educators, Learners and Parents. 1.2 Statement of Intent MGSLG intends to contract suitable service provider/s to provide onsite and in-classroom support to teachers on the integration of ICT (information and communication technologies) on a full-time basis in 414 Gauteng Schools for a period of 6 months. At least one on-site fulltime trainer/supporter/mentor must be placed in each of the 414 schools for the period of 6 months. 2. OBJECTIVE The objective is to ensure that teachers receive the necessary support to be able to confidently integrate ICTs in the classroom teaching and learning in order to improve learner outcomes. 3. SCOPE OF SERVICES The following are the scope of services requirement for MGSLG: 3.1 Provision of training, onsite and in-classroom support to Grade 11 and 12 teachers in 375 secondary schools over a period of six (6) months 3.2 Provision of training, onsite and in-classroom support to all the teachers in 21 Full ICT schools over a period of six (6) months 3.3 Provision of training, onsite and in-classroom support to all the teachers in 18 newly-built schools over a period of six (6) months The services required must cover the end-to-end scope of training. The successful bidder must develop, implement, evaluate and manage the entire training process, including the onsite support of teachers. The on-site trainer will report and account directly to the principal of the school in addition to reporting to the service provider. Weekly reports of each trainer placed must be submitted to MGSLG the following Monday of the previous week. For development the support programme must: 1. Screen the teachers into categories according to their level of competence in ICT integration in the classroom using the interactive board, laptop and tablet 2. Cover the knowledge, skills, attitudes and competencies for each topic or sub-topic related to the use of and integration of the Interactive Board, Laptop and Tablet used by learners in the classroom 3. Ensure that the model of support is in line with the 10:20:70 framework which means that: a. 10% of the activities/exercises/tasks in each the topics or sub-topics in the learner manual must help teachers understand the concepts/knowledge on technology integration Page 3
4 b. 20% must involve teachers in a practical/demonstration/role-play to acquire the skills in the integration of all three types of devices in the classroom c. 70% of the exercises must provide teachers with on-the-job cases/experiences/problems to acquire competencies and proper attitudes as part of the work integrated learning support For implementation the support programme must: 1. Train and support an estimated number of teachers in identified schools in the usage and integration of the interactive board, laptop and tablet in the classroom 2. Ensure accreditation of the educators in the use of technology in the classroom by supporting them to complete Portfolio of Evidence in the form of technology integrated lessons and assessment activities, and 3. Provide support sessions to participants who struggle to make the desired progress For evaluation the support programme must: 1. Measure the immediate impact of the training intervention by administering a pre- and postevaluation instruments before and after each training session, and 2. Provide insight into the uptake of technology by teachers to inform decision making processes on the project on a weekly basis 4. METHODOLOGY 4.1. Pre and post analysis/baseline assessment 4.2. The Service Provider/s should articulate the conceptual framework within which the training and support programme will be provided using the 10:20:70 model 4.3. Specific examples and activities accommodating educators should be spelt out 4.4. The Service Provider/s must be able to use a blended approach to training and support 4.5. The Service Provider/s must demonstrate capacity of at least 414 high quality and certified Smart board trainers to provide training and onsite support to an estimated teachers in 414 identified Gauteng schools The Service Provider/s must provide proof of SACE accreditation and relevant SACE points for each of the proposed training Development The materials must be developed in accordance with the minimum standards for SACE endorsement taking into consideration development of knowledge, skills, attitudes and competencies in each topic and sub-topic414 identified Gauteng Schools Each topic or sub-topic must have activities that covers knowledge and understanding (at least 10%), demonstrations/practical component/case scenarios (20%) and workplace integrated learning (70%) Implementation The training approach must be blended, with 10% face-to-face classroom, 20% practical component/tasks/role plays and 70% on-the-job learning The Service Provider must ensure transfer of skills to School-based ICT Committees and four (4) members per school for the ongoing support of teachers in the identified schools Evaluation A pre- and post-instrument must be administered in addition to actual tests and assessments A tool will be used to track teacher competence in the classroom Page 4
5 4.9. Management The Service Provider will ensure that there is a senior project manager to coordinate all the end-toend training processes The Service Provider will attend all project related meetings The Service Provider will submit reports as required by the project The Service Provider must be certified by the Smart or Interactive board manufacturer as a trainer with capacity to certify students. Proof of certification must be submitted with the proposal. 5. PRE-QUALIFICATION COMPETENCIES & EXPERTISE REQUIREMENTS 5.1 Service Provider/s wishing to submit proposals should be in possession of up-to-date accreditation with the any other relevant quality assurer. 5.2 The training programs must be accredited and SACE endorsed 5.3 Service Provider/s should be financially stable latest annual report or latest audited financial statements should be provided 5.4 Service Provider/s should have at least 5 years and above proven experience in the integration of technology in the classroom 5.5 The actual trainers must be accredited in the relevant field of training 5.6 Service Provider/s should exhibit first-hand experience of working on training projects in collaboration with the education sector, other organisations and providers. 6. OUTPUTS AND DELIVERABLES The Service Provider should deliver the following: a) An estimated number of skilled teachers who have been trained and supported in the use and integration of an interactive board, laptop and tablet b) Onsite and in-classroom support of teachers in 414 schools across the Gauteng Province c) A training schedule clearly indicating placement of trainers and educators into training sessions d) ICT-integrated Learner Manuals, Facilitator s Guides and Assessment Tools e) Attendance registers f) Formative assessment reports g) Summative assessment reports h) Evaluation report on the impact of training comparing pre- and post-assessment questionnaires i) Weekly/Monthly progress reports j) Final Project Close Out Report 6. PRE-QUALIFICATION COMPETENCIES & EXPERTISE REQUIREMENTS 6.1 Service Provider/s wishing to submit proposals should have previous experience in integrating ICT in the classroom 6.2 Service Provider/s should demonstrate capacity to deliver within the required timeframes 6.3 Service Provider/s should be financially stable latest annual report or latest audited financial statements should be provided Page 5
6 6.4 Service Provider/s should have at least 5 years and above proven experience in the education and training sector 6.5 Service Provider/s should exhibit first-hand experience of working on projects in collaboration with the education sector, other organisations and providers. 7. OUTPUTS AND DELIVERABLES The Service Provider should deliver the following: a) A training schedule clearly indicating all training sessions b) An onsite support schedule indicating trainers and how and when teachers will be supported c) Training and support schedule for School-based ICT Committee Members per school d) Report on actual training with registers e) Extra support sessions where needed f) ICT-integrated Learner Manuals, Facilitator s Guides and Assessment Tools g) Formative assessment reports h) Summative assessment reports i) Evaluation report on the impact of training comparing pre- and post-assessment questionnaires j) Monthly progress reports k) Trained educators with required knowledge, skills, attitudes and competencies l) Final Project Close Out Report 7. EVALUATION PROCESS The Evaluation Process comprises the following stages: 7.1 Stage 1: Initial Screening Process During this phase bid documents will be reviewed to determine compliance with tax matters and whether original and valid tax clearance certificates have been submitted with the bid documents at closing date and time of bid. 7.2 Stage 2: Technical Evaluation a) Bids will be evaluated strictly according to the Bid Evaluation Criteria stipulated in this section of the Terms of Reference. During this stage bidders responses will be evaluated for functionality based on achieving a minimum score of sixty percent (80%) b) Bidders must, as part of their bid documents, submit supportive documentation for all technical requirements as indicated hereunder. The panel responsible for scoring the respective bids will evaluate and score all bids based on their submissions and the information provided. c) Bidders will not rate themselves, but need to ensure that all information is supplied as required. The Bid Evaluation Committee (BEC) will evaluate and score all responsive bids and will verify all documents submitted by the bidders. d) The panel members will individually evaluate the responses received against the following criteria as set out below: Evaluation Criteria Qualifications 1. Conceptual framework underpinning the training and support model. Weights 30 Page 6
7 Bidders must motivate and demonstrate how the proposed model will ensure attainment of programme objectives. 2. Knowledge of the policy environment governing curriculum 10 delivery in schools. 3. CVs and Personnel to be deployed in the project, stating the 10 qualifications and years of relevant experience of key personnel; and their roles and responsibilities in relation to this tender. 4. Experience in the integration of technology in the classroom, in 10 particular the use of tablets, smartboards & e-lesson plans. Provide contactable reference of similar work conducted in the last 2 years. 5. Experience in ICT Training material development and; facilitation 5 and/or training. Provide proof of materials developed and give reference for training provided in the last 2 years. 6. Project Plan. 10 The project plan must have a detailed scope of work and highlight the achievement of deliverables. 7. Relevant accreditation and/or endorsement; in particular SACE 5 endorsement and software training programme accreditation. 8. Capacity to deliver within given time frames and to manage the 10 targeted number of teachers. Link with the project plan, how the teachers will be clustered, when & where training will take place, including on-site support. 9. Financial capacity to carry out the project. 10 Bidders to provide proof or guarantees of asset ownership, last 6 months bank statements and or copies of agreements with backers or funders. Total 100 Threshold Score 80% We encourage promotion of B-BBEE through formation of consortiums and partnerships. e) Each panel member will rate each individual criterion on the score sheet using the following scale: Value Description 5 Excellent Meets and exceeds the functionality requirements 4 Very Good Above average compliance to the requirements 3 Good Satisfactory and should be adequate for stated element 2 Average Compliance to the requirements 1 Poor Unacceptable, does not meet set criteria Page 7
8 f) The value scored for each criterion will be multiplied with the specified weighting for the relevant criterion to obtain the marks scored for each criterion. These marks will be added and expressed as a fraction of the best possible score for all criteria. g) This score will be converted to a percentage and only bidders that have met or exceeded the minimum threshold of 80% for functionality will be evaluated and scored in terms of pricing and socio-economic goals as indicated hereunder. h) Any proposal not meeting a minimum score of 80 percent technical proposal will be disqualified and the financial proposal will remain unopened. 7.3 Stage 3: Price/Financial Stage Price, inclusive of VAT, will be evaluated as indicated below. a) In terms of regulation 5 of the Preferential Procurement Regulations pertaining to the Preferential Procurement Policy Framework Act, 2000 (Act 5 of 2000), responsive bids will be adjudicated by MGSLG on the 90/10 preference point for Broad-Based Black Economic Empowerment in terms of which points are awarded to bidders on the basis of: The bid price (maximum 90 points) Broad-Based Black Economic Empowerment as well as specific goals (maximum 10 points) b) The following formula will be used to calculate the points for price in respect of bidders with a Rand value below R1,000,000.00: Ps = 90 {1-(Pt P min)} (P min) Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration inclusive of VAT P min=comparative price of lowest acceptable bid inclusive of VAT A maximum of 10 points may be awarded to a bidder for being a Broad-Based Economic Empowerment and/or subcontracting with a Broad-Based Black Economic Empowerment entity stipulated in the Preferential Procurement regulations. For this bid the maximum number of Broad-Based Black Economic Empowerment Status points that could be allocated to a bidder is indicated in the following section. c) MGSLG reserves the right to arrange contracts with more than one contractor. 7.4 B-BBEE Points The Preferential Procurement Policy Framework Act 2000 (PPPFA) Regulations were gazetted on 8 June 2011 (No ) and effective from 7 December These regulations require bidders to submit valid original or certified copies of their B-BBEE Status Level Certificates from a SANAS accredited verification agency and accredited auditing firm. The 90/10 preference points systems will be applied in accordance with the formula and applicable points provided for in the respective status level contributor tables in the Regulations. B-BBBEE Status Level of Contributor Number of Points (90/10 System) Page 8
9 Non-compliant Contributor 0 Failure to capture the required status level and to submit the required B-BBEE status level certificates will lead to a zero (0) status level for non-compliant service providers. a. The points scored by a bidder in respect of the points indicated above will be added to the points scored for price. b. Bidders are requested to complete the various preference claim forms in order to claim preference points. c. Only a bidder who has completed and signed the declaration part of the preference claim form will be considered for B-BBEE Status. d. Supply Chain Management may, before a bid is adjudicated or at any time, require a bidder to substantiate claims it has made with regards to B-BBEE Status. e. Points scored will be rounded off to the nearest 2 decimals. f. In the event that two or more bids have scored equal total points, the contract will be awarded to the bidder scoring the highest number of points for B-BBEE Status. Should two or more bids be equal in all respects, the award shall be decided by drawing of lots. g. A contract may, on reasonable and justifiable grounds, be awarded to a bid that did not score the highest number of points. 8 MANDATORY REQUIREMENTS The following documents are compulsory and should be submitted together with the proposal; Valid original tax clearance certificate Company registration documents Certified copies of Directors Identity Documents (IDs) together with copies of the company s shareholding portfolio B-BBEE Certificates Company profile highlighting B-BBEE status as far as management and shareholding is concerned Three recent references of similar work done. References should provide the contact name, position, contact telephone numbers, description of work performed and dates of engagement Details of probable team that will be tasked with the assignment and should include employee names, job title, short resume reflecting professional qualifications, date they joined the firm and current and previous work experience Tender Submission documents from MGSLG website ( as follows; Declaration of Interest Form Certificate of Independent Bid Determination Invitation to Bid Pricing Schedule Contract Form The bidder should apply for registration on the MGSLG Supplier Database. Application forms for registration are available on the MGSLG Website The duly completed application form should be submitted together with the proposal. Page 9
10 9 COMMUNICATION Supply Chain Management (SCM) Unit will communicate with bidders for, among others, where bid clarity is sought, to obtain information or to extend the validity period. Any communication either by facsimile, letter or electronic mail or any other form of correspondence to any official or representative of MGSLG in respect of this bid between the closing date and the award of the bid by the bidder is prohibited. 10 PROHIBITION OF RESTRICTIVE PRACTICES a. In terms of section 4(1) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder(s) is (are) or a contractor(s) was/were involved in: Directly or indirectly fixing a purchase or selling price or any other trading condition Dividing markets by allocating customers, suppliers, territories or specific types of goods or services; or Collusive bidding b. If a bidder(s) or contractor(s), in the judgement of the purchaser, has/have engaged in any of the restrictive practices referred to above, the purchaser may, without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered or terminate the contract in whole or in part and refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of FRONTING a. MGSLG, in compliance with regulations, supports the spirit of broad based black economic empowerment and recognises that real empowerment can only be achieved through individuals and businesses conducting themselves in accordance with the Constitution and in an honest, fair, equitable, transparent and legally compliant manner. Against this background the MGSLG condemns any form of fronting. b. MGSLG, in ensuring that bidders conduct themselves in an honest manner will, as part of the bid evaluation processes, conduct or initiate the necessary enquiries/investigations to determine that accuracy of the representation made in bid documents. Should any of the fronting indicators as contained in the Guidelines on Complex Structures and Transactions and Fronting, issued by the Department of Trade and Industry (DTI), be established during such enquiry/investigation, the onus will be on the bidder/contractor to prove that fronting does not exist. Failure to do so within 14 days from date of notification may invalidate the bid/contract and may also result in restriction of the bidder/contractor to conduct business with the public sector for a period not exceeding ten years, in addition to any other remedies MGSLG may have against the bidder/contractor concerned. 12 PRESENTATION MGSLG may require presentation/interviews from shortlisted bidders as part of the bid process. 13 NO BRIEFING SESSION Queries both on administrative and technical aspects of this tender must be directed to the following address: procurement@mgsl.co.za 14 TIMEFRAMES AND FORMAL CONTRACT Successful bidder(s) will be required to enter into formal contract with MGSLG. 15 PACKAGING OF BID Page 10
11 The bidder shall place both the sealed Technical Proposal and Price/Financial Proposal envelopes into an outer sealed envelope or package, and must be clearly marked as follows: 15.2 Functionality/Technical Proposal Bid No: 2015TDOSICT001 DESCRIPTION: Provision of Onsite Support to Teachers to Integrate ICT in Teaching and Learning Bid Closing date and Time: 16 October 2015 at 12h00 Name and Address of Bidder:... In this envelope, the bidder shall only address the technical aspects of the bid Price/financial proposal Bid No: 2015TDOSICT001 DESCRIPTION: Provision of Onsite Support to Teachers to Integrate ICT in Teaching and Learning Bid Closing date and Time: 16 October 2015 at 12h00 Name and Address of Bidder:... In this envelope, the bidder shall only provide the price/financial proposal. The Technical Proposal envelope and Financial Proposal envelope shall contain one original hard copy document. 16 CONTACT DETAILS MGSLG Supply Chain Management Private Bag X9, Melville, 2109 Postnet Suite 161, Melville, 2109 Physical Address: 40 Hull Street, Vrededorp For general enquiries: For technical enquiries: Page 11
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 informationREQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : procurement@mgsl.co.za WEBSITE : www.mgsl.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
More informationREQUEST FOR PROPOSALS
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT 40 Hull Street, Cnr. 8th Street and Hull Streets TEL NO. : + 27 (0)11 830 2200 FAX NO.:+ 27 (0)11 830 2201 Vrededorp, Johannesburg, 2092 EMAIL : procurement@mgsl.co.za
More informationSPECIAL CONDITIONS OF CONTRACT RT20-2015
SPECIAL CONDITIONS OF CONTRACT RT20-2015 THE APPOINTMENT OF A PANEL OF PROFESSIONAL SERVICE PROVIDERS FOR FINANCIAL MANAGEMENT AND RELATED SERVICES FOR THE STATE PERIOD 1 SEPTEMBER 2015 TO 31 AUGUST 2018
More informationIMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000
IMPLEMENTATION GUIDE PREFERENTIAL PROCUREMENT REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000 1 December 2011 1 TABLE OF CONTENTS PART ONE GENERAL 1.
More informationADVERTISEMENT 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 informationKindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES
Request for formal written price quotations Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES The Johannesburg
More informationAppointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014
Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. Briefing Session: 18 February 2015 at 14h00 RFP No.: RFP 28/2014 Closing Date: 10 March 2015,
More informationPROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT
INVITATION TO TENDER Group technology & Commercial Volume 1: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION SHORT INVITATION TO TENDER FOR A PROPOSED BETWEEN: ESKOM HOLDINGS SOC LTD AND THE OR FOR (the
More informationDoE Supply Chain Management Processes. 24 February 2016 Presenter: Boitumelo Musi
DoE Supply Chain Management Processes 24 February 2016 Presenter: Boitumelo Musi 1 Presentation overview i) Legislation and prescripts governing SCM in the ii) Public Sector Central Supplier database (CSD)
More informationSPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS
DEA AS AN ORGAN OF STATE SUBSCRIBES TO AND PROPAGATES BOTH THE NOTION OF BROAD BASED BLACK ECONOMIC EMPOWERMENT (BBBEE) ACT, No. 53 Of 2003, THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, No. 5 of
More informationDoE Supply Chain Management Processes
DoE Supply Chain Management Processes 16 September 2015 Presented by: Boitumelo Musi 1 Presentation overview Legislation and prescripts governing SCM in the Public Sector Supplier database registration
More information1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za
30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za Re-Advertisement: Request for Quotation Development of a Greening Programme for the City of Durban in preparation
More informationKnysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software
Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software ADVERTISEMENT DATE: 15 th May 2014 RFQ NUMBER: 40/2014 DESCRIPTION OF GOODS/SERVICES:
More informationRequest for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 30 th September
More informationReissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za Reissue:
More informationHow To Manage Two Web Portals In South Africa
TERMS OF REFERENCE FOR WEBSITE MAINTENANCE AND SUPPORT FOR THE LED.CO.ZA AND LGICT.ORG.ZA WEB PORTALS HOSTED BY SALGA BACKGROUND The South African LED Network and LGICT Network are projects hosted by the
More information3.2 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 informationPROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE
1 SOL PLAATJE MUNICIPALITY INVITATION FOR QUOTATION Q 072 /2014: PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE SUPPLIER ADRESS: TEL NO: CELL NO.: FAX NO: Prepared for:- Prepared
More information90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS
Page 1 of 27 BID/RFQ NUMBER: RFB60419 CLOSING DATE: 7 DECEMBER 2015 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION OF BID: RENEWAL OF MICROSOFT LICENSES
More informationLUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT
MUNICIPALITY UMASIPALA MUNISIPALITEIT LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT Private Bag X7111 QUEENSTOWN 5320 Telephone: 045 807 2000 Fax: 045 807 2059 Website: www.lukhanji.gov.za
More informationREQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES
REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES RFP TSM/001/2015 1. Background to CATHSSETA CATHSSETA is a statutory body established through the Skills Development Act of 1998 to enable
More informationEXTERNAL POLICY PROCUREMENT
EXTERNAL POLICY PROCUREMENT Revision: 0 Page 1 of 8 TABLE OF CONTENTS 1 SCOPE 3 2 POLICY 3 2.1 Procurement objectives 3 2.2 Broad-Based Black Economic Empowerment (BBBEE) 3 2.3 Business ethics and governance
More informationADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
More information1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg.
Index: 1. Cover Page and Guideline pg. 2 2. Invitation to Tender (SBD 01) pg. 4 3. Valid Original Tax Clearance Certificate (SBD 02) pg. 7 4. Declaration of Interest (SBD 04) pg. 8 5. Preference Points
More informationPREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000
PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 [View Regulation] [ASSENTED TO 2 FEBRUARY, 2000] [DATE OF COMMENCEMENT: 3 FEBRUARY, 2000] (English text signed by the President) ACT To give
More informationPlease attach certified BEE certificate to quotes above R10 000
DE DOORNS RAWSONVILLE TOUWSRIVIER WORCESTER A UNIQUE AND CARING VALLEY OF SERVICE EXCELLENCE, OPPORTUNITY AND GROWTH Burgersentrum Hoogstraat Civic Centre High Street Privaatsak X3046 Private bag WORCESTER
More informationRequest for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 9 December
More informationReproduced by Sabinet Online in terms of Government Printer s Copyright Authority No. 10505 dated 02 February 1998
4 No.34350 GOVERNMENT GAZETTE, 8 JUNE 2011 No. R. 502 8 June 2011 PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2011 I, Pravin J. Gordhan, Minister of Finance,
More informationT54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON
T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS
More informationRequest 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 informationQ044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY
SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 30 MARCH 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE
More informationTerms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013
Terms of Reference for Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013 Issue Date: 15 November 2013 Closing Date: 06 December 2013 1 Request for Proposal Organisation
More informationTERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project
TERMS OF REFERENCE Appointment of a website developer as service provider for the National Biosafety Communication Project I. INTRODUCTION AND BACKGROUND The National Biosafety Platform (Biosafety SA)
More informationCity of Johannesburg Supply Chain Management Unit
Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationNYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM
NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM NAME OF SERVICE PROVIDER : (To be completed by supplier) CONTACT NUMBER : (To be completed by supplier) FOR OFFICE USE ONLY Received By Verified
More informationTranscription services for committee minutes
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationObjectives. 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 informationCity of Johannesburg Johannesburg Roads Agency
City of Johannesburg Johannesburg Roads Agency 66 Pixley Seme Street (previously Sauer Str.) Cnr. Rahima Moosa Street (previously Jeppe Str.) Johannesburg 2001 P/Bag X70 Braamfontein South Africa 2017
More informationREQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013
REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013 1. PURPOSE The South African Heritage Resources Agency (SAHRA) invites suitably qualified service providers to submit
More informationT34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON
T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION
More informationR E Q U E S T F O R P R O P O S A L S H U M A N R E S O U R C E S S T R A T E G I C A N D I M P L E M E N T A T I O N S U P P P O R T RFP/JHB/ 037
P.O. Box 3209, Houghton, 2041 Block A, Riviera Office Park, 6-10 Riviera Road, Riviera R E Q U E S T F O R P R O P O S A L S H U M A N R E S O U R C E S S T R A T E G I C A N D I M P L E M E N T A T I
More informationTENDER NO: BS2015RFB361
TENDER NO: BS2015RFB361 TENDER DESCRIPTION: APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE AX ACCOUNTING SCM AND PROJECTS SOFTWARE PACKAGE FOR THE BANKSETA FOR THE PERIOD OF TWO YEARS, SIX MONTHS (30 MONTHS)
More informationLorraine 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 informationREQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02
REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02 1. PROJECT TITLE Development of a customised solution driven performance
More informationRequest for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project
CSIR TENDER DOCUMENTATION Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project RFP No. 667/30/10/2015 Date
More information1. BACKGROUND 2. OBJECTIVES
TERMS OF REFERENCE FOR THE APPOINTMENT OF SERVICE PROVIDER TO CONDUCT A SKILLS AUDIT AND DEVELOP A COMPREHENSIVE SKILLS PLAN FOR THE DEPARTMENT OF ENERGY FOR A PERIOD OF 6 MONTHS 1. BACKGROUND 1.1 The
More informationethekwini MUNICIPALITY ECONOMIC DEVELOPMENT & INVESTMENT PROMOTION UNIT DEPARTMENT OF INVESTMENT PROMOTION PQ: 7G-16816:
ethekwini MUNICIPALITY ECONOMIC DEVELOPMENT & INVESTMENT PROMOTION UNIT DEPARTMENT OF INVESTMENT PROMOTION Description Securing of Five Containers for Informal Traders in Phoenix Industrial Park PQ Number
More informationLength of Contract: 2 months (with an option to extend for a further 5 months).
1. Introduction The Joint Workplace Solution (JWS) team will shortly complete the migration of some 2000 users from SharePoint 2007 to 20 and alongside this a programme of developing a series of line-of-business
More informationREQUEST 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 informationREQUEST 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 informationEskom Holdings SOC Ltd s Standard Conditions of Tender
1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.
More informationReport of the Auditor-General
Report of the Auditor-General on an investigation into the procurement of the enterprise content management system at the Companies and Intellectual Property Registration Office in South Africa March 2010
More informationYagan Moodley Tel : (011) 3583458
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationSoftware Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30
Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30 Mode of Bid Submission Hand deliver / courier / post Last Date & Time of Submission of Bid
More informationTO 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 informationCity 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 informationNCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011
REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011 1 UVIMBA FINANCE, 128 Alexandra Road, King William s Town, PO Box 495, 5601, Tel - 043 604
More informationSUPPLIER 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 informationR E Q U E S T F O R Q U O T A T I O N S W A T E R L E A K D E T E C T I O N A T U N I O N S Q U A R E B U I L D I N G 3 RD B A S E M E N T F L O O R
Houghton, 2041 Block A, Riviera Office Park, 6-10 Riviera Road, Riviera R E Q U E S T F O R Q U O T A T I O N S W A T E R L E A K D E T E C T I O N A T U N I O N S Q U A R E B U I L D I N G 3 RD B A S
More informationINVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT:
INVITATION TO BID (SBD 1) YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS BID : NRF/SAAO/2016/014 CLOSING DATE: 8 April 2016 CLOSING TIME 11:00 BID DESCRIPTION Service and
More informationTENDER 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 informationTERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO SUPPLY AND INSTALL BIOMETRICS ACCESS CONTROL SYSTEMS AT THE DEPARTMENT OF ENERGY
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO SUPPLY AND INSTALL BIOMETRICS ACCESS CONTROL SYSTEMS AT THE DEPARTMENT OF ENERGY 1. PURPOSE OF THE ASSIGNMENT 1.1 The purpose of the assignment
More informationVENDOR APPLICATION FORM
INTRODUCTION AND GUIDELINES VENDOR APPLICATION FORM The purpose of this database is to give all current and prospective service providers, an equal opportunity to submit quotations to the University for
More informationNAMAKWA DISTRICT MUNICIPALITY
Notice: 31/2014 NAMAKWA DISTRICT MUNICIPALITY PROCUREMENT OF THE SUPPLY, DELIVERY & INSTALLATION OF A FLEET TRACKING SYSTEM... NAME OF SERVICE PROVIDER ADDRESS:...... TEL :... FAX :.. Ms M L Brandt Municipal
More informationSOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer
SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer Contact persons: Mr. D Jacobs Telephone: 053 830 6413 Documents are obtainable from the Contract Department at
More informationREQUEST 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: 1407/15-16 RFQ ISSUE DATE: 31 JULY 2015 CLOSING DATE AND TIME: 14 AUGUST 2015 @ 11.00 am
More informationSUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS
SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS Name of company Town / City Revision 0, October 2012 1 ALL SUPPLIER INFORMATION WILL BE TREATED STRICTLY CONFIDENTIAL. NOTE: a) The information
More informationTENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS
TENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS TENDER NO. NYDA-2014/01/RSK NATIONAL YOUTH DEVELOPMENT AGENCY (NYDA) 11 BROADWALK AVENUE HALFWAY HOUSE MIDRAND 1685
More informationF25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS
F25 F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS The Supplier List Application Form (F25) is an application to be registered on UNISA s supplier database and must
More informationREQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS
Tel. (013) 282 5303 Fax. (013) 282 5594 Email: council@stevetshwete.gov.za Website: www.stevetshwetelm.gov.za P.O. Box 14, Middelburg, Mpumalanga, 1050 Civic Centre, Wanderers Avenue, Middelburg, Mpumalanga
More informationSupply, deliver and installation of air conditioners
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 informationRequest for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,
More informationTENDER BOX LOCATION. The Tendering System
GT/GDE/128/2015 SECTION 1-ISSUE DATE:2015-09-28 Page 1 of 50 Client Support Request for Proposal RFP NUMBER RFP DESCRIPTION Page 1 of 3 GT/GDE/128/ 2015 BIDDERS ARE HEREBY INVITED TO SUBMIT PROPOSALS FOR:
More informationCity of Johannesburg Supply Chain Management Unit
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) The City
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION REQUEST FOR QUOTATION FOR HOSTED DIGITAL VOICE COMMUNICATION SYSTEM (VOIP). 1. PURPOSE The South African Heritage Resources Agency (SAHRA) invites suitably qualified service providers
More informationREQUEST 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 informationANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:
INVITATION TO BID SBD 1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND BID NUMBER: BSA/014/2015 CLOSING DATE: 02 November 2015 CLOSING TIME: 11:00 DESCRIPTION: (ERP) SOLUTION IMPLEMENTED IN
More informationTERMS 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 informationContents: 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 informationDEPARTMENT OF PLANNING, MONITORING AND EVALUATION IN THE PRESIDENCY
DEPARTMENT OF PLANNING, MONITORING AND EVALUATION IN THE PRESIDENCY Private Bag X944, Pretoria, 0001 Union Buildings East Wing, Pretoria www.thepresidency-dpme.gov.za TERMS OF REFERENCE / SPECIFICATIONS
More informationREQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM
REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM Tender Number: GNP-014-15 Request For Bid: KNP IPZ Eastern Perimeter River Gap Detection Security System TABLE OF CONTENTS
More informationREQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015
REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015 Advert date: 24 November 2014 RFQ background Closing Date: 04 December 2014 at 11:00 AM The Construction Education and Training Authority
More informationCity 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 informationRFQ 803 SUPPLY AND DELIVERY OF STATIONERY
IMS-SCM-020F RFQ 803 SUPPLY AND DELIVERY OF STATIONERY Procurement Less than R 500 000 (Including Vat) (For publication on Amatola Water Board Notice Board/s and Website) The Amatola Water Board requests
More informationREQUEST FOR PROPOSALS FOR: DOCUMENT COLLECTION AND SCANNING FOR 36 MONTHS CONTRACT SCMN33 /2013
REQUEST FOR PROPOSALS FOR: DOCUMENT COLLECTION AND SCANNING FOR 36 MONTHS CONTRACT SCMN33 /2013 1 Table of Contents Item Page Number 1 Introduction 3 2 Background 3 3 Purpose 3 4 Bid Evaluation 3 5 Preference
More informationSUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY
SUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY Signed by acting HOD wef 8 December 2008 PURPOSE 1. The purpose of the departmental procurement policy is to provide guidance within the Department regarding
More informationExpression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon
Expression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon Please send/submit separate Annexure-1 (Technical Bid) and Annexure-2
More informationT01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON
T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION 1: GENERAL
More informationCITY POWER JOHANNESBURG
City Power Johannesburg 40 Heronmere Road Reuven Johannesburg PO Box 38766 Booysens 2016 Tel +27(0) 11 490 7000 Fax +27(0) 11 490 7590 www.citypower.co.za CITY POWER JOHANNESBURG Bidders are hereby invited
More informationAND SELECTION IN NO.
DIRECTORATE: RECRUITMENT AND SELECTION RECRUITMENT AND SELECTION ADDENDUM TO OFFICE BASED PUBLIC SERVICE VACANCY BULLETI IN NO. 1/2016 HEAD OFFICE www.westerncape.gov.za WESTERN CAPE EDUCATION DEPARTMENT
More informationPROVISION 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 informationExpression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon
Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon Please send/submit separate Annexure-1 (Technical Bid) and Annexure-2 (Financial
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3
More informationT34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES
T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES BID CLOSING DATE: MONDAY, 14 MARCH 2016 AT 12:00 NOON Industrial Development Corporation
More informationSUPPLY CHAIN MANAGEMENT UNIT SMME Workshop Kenneth Pillay: Supply Chain Processes 11 June 2008
1 SUPPLY CHAIN MANAGEMENT UNIT SMME Workshop Kenneth Pillay: Supply Chain Processes 11 June 2008 Registration Process To be an accredited vendor in the CoJ the following is required: COJ Registration Form
More informationQuotations will be opened in public in the Boardroom of the City Hall immediately after closing the same day DELIVERY TIME
SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 1 APRIL 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE
More information90 days (commencing from the RFB Closing Date)
Page 1 of 39 BID/RFQ NUMBER: RFB40111 COMPULSORY BRIEFING 12 JANUARY 2016 CLOSING DATE: 31 JANUARY 2016 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION
More informationREQUEST FOR PROPOSALS FOR MEDIA MONITORING SERVICES
REQUEST FOR PROPOSALS FOR MEDIA MONITORING SERVICES Closing date: 14 th September 2015 Time: 11:00 Submission format: Electronic submission to 331.procurement@sanedi.org.za Name of the respondent: Late
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY. RFQ No: 00010 2015/2016 PROVISION OF VEHICLE TRACKING DEVICES. Issued by:
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY RFQ No: 00010 2015/2016 PROVISION OF VEHICLE TRACKING DEVICES Issued by: Construction Education and Training Authority: Supply Chain Unit Unit 5 Midrand Business
More information