Procurement of Consulting Services
|
|
|
- Roderick Garrett
- 10 years ago
- Views:
Transcription
1 S T A N D A R D R E Q U E S T F O R P R O P O S A L Procurement of Consulting Services Royal Government of Bhutan Ministry of Home and Cultural Affairs Department of Immigration October
2 Preface This Standard Request for Proposal (SRFP) for the Procurement of Consulting Services has been prepared by the Public Procurement Policy Division (PPPD), Ministry of Finance to be used for the Procurement of Consulting Services for the projects that are financed in whole or in part by the Royal Government of Bhutan (RGoB). It should be used in conjunction with the Procurement Rules and Regulations. Those wishing to submit comments or questions on this Bidding Document or to obtain additional information on procurement under RGoB-financed projects may contact: Public Procurement Policy Division Ministry of Finance Royal Government of Bhutan Telephone no , fax no
3 ACRONYMS CQ CV EoI MoF IC PPPD SRFP TOR Consultants Qualifications Curriculum Vitae Expression of Interest Ministry of Finance Individual Consultant Public Procurement Policy Division Standard Request for Proposals Terms of Reference 3
4 Annexure-1 4
5 1. INTRODUCTION 1.1 Firms/individuals are hereby invited to submit a technical and financial proposal for consulting services required for the Assignment named in the attached LOI Data Sheet (referred to as "Data Sheet"). The proposal could form the basis for future negotiations and ultimately a contract between your firm and the Client named in the Data Sheet. 1.2 A brief description of the Assignment and its Objectives are given in the Data Sheet. 1.3 The Assignment will be implemented in accordance with the procedure indicated in the Data Sheet. 1.5 To obtain first-hand information on the Assignment and on the local conditions, firms/individuals are encouraged to pay a visit to the Client before submitting a proposal and attend a pre-proposal conference as specified in the Data Sheet. Firms/individuals must take into account the local conditions while preparing the proposal. 1.6 The Client will provide the inputs specified in the Data Sheet, and will assist the Consultants in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports. 1.7 Please note that (i) the costs of preparing the proposal and of negotiating the contract, including a visit to the Client, are not reimbursable as a direct cost of the Assignment; and (ii) the Client is not bound to accept any of the proposals submitted. 1.8 Consultants shall not be under a declaration of ineligibility for corrupt and fraudulent practices specified in the Standard Request for Proposal (Large Assignments) Instruction to Consultant Clause DOCUMENTS 2.1 To enable firms/individual to prepare a proposal, please find and use the attached Documents listed in the Data Sheet. 2.2 Consultants requiring a clarification of the Documents must notify the Client, in writing, not later than seven days before the proposal submission date. 2.3 At any time before the submission of proposals, the Client may, for any reason, whether at its own initiative or in response to a clarification requested by an invited consulting firm, modify the Documents by amendment. 3. PREPARATION OF PROPOSAL 3.1 Firms/individuals are requested to submit a technical and a financial proposal. Your proposal shall be written in the language specified in the Data Sheet. Technical Proposal 3.2 Firms/individuals are expected to examine all terms and instructions included in the Documents. Failure to provide all requested information will be at your own risk and may result in rejection of your proposal. 3.3 During preparation of the technical proposal, firms/individuals must give particular attention to the following: i) If firms/individuals consider that the firm does not have all the expertise for the Assignment, you may associate with other firms or entities, including the other firms invited for this Assignment and/or local consultants, subject to restrictions specified in the Data Sheet, to enable a full range of expertise to be presented; 5
6 ii) iii) The estimated budget 1 for the Assignment is stated in the Data Sheet for your information. The financial proposal for the Assignment should be substantially in accordance with the budget; The estimated man months for the assignment are stated in the data sheet for your information. However, firms/individuals should feel free to submit your proposal on the basis of man months which firms/individuals consider necessary to undertake the assignment. 3.4 The technical proposal must provide the following information, using, but not limited to, the formats attached in Annexure 2: i) A brief description of the Consultant's organization and an outline of recent experience on assignments of a similar nature. The information provided on each assignment should indicate, inter alia, the profiles of the staff provided, duration, contract amount and firm involvement; ii) iii) iv) Any comments or suggestions on the TORs, and a description of the methodology (work plan) which the Consultants propose to execute the services, illustrated with bar charts of activities. The composition of the proposed staff team, the tasks which would be assigned to each and their timing; Curricula Vitae (C.V.) recently signed by the proposed key professional staff or an authorized manager in the home office. v) Estimates of the total time effort (person x months) to be provided for the services, supported by bar chart diagrams showing the time proposed (person x months) for each professional staff; and vi) The Consultant's comments, if any, on the data, services and facilities to be provided by the Client indicated in the TORs. 3.5 The technical proposal must not include any financial information. Financial Proposal 3.6 The financial proposal should list the costs associated with the Assignment. These normally cover: remuneration for staff, accommodation (per diem, housing), transportation, for mobilization and demobilization, and equipment (vehicles, office equipment, furniture and supplies), printing of documents, surveys. Your financial proposal should be prepared using, but need not be limited to, the formats attached in Annexure The financial proposal must take into account the tax liability and cost of insurances specified in the Data Sheet. 3.8 Costs may be expressed in currency as provided in data sheet 4. SUBMISSION OF PROPOSALS 4.1 Firms/individuals must submit one original proposal and the number of copies indicated in the Data Sheet. Each proposal will be sealed in an outer envelop which will bear the address and information indicated in the Data Sheet. 4.2 The completed technical and financial proposal must be delivered on or before the time and date stated in the Data Sheet. 4.3 The proposal must be valid for the number of days stated in the Data Sheet from the date of its submission during which firms/individuals must maintain available the professional staff proposed for 1 This will apply only for fixed budget selection method 6
7 the assignment. The Client will make its best effort to complete negotiations at the location stated in the Data Sheet within this period. 5. PROPOSAL EVALUATION 5.1 A two-stage procedure will be adopted in evaluating the proposals: i) a technical evaluation, which will be carried out prior to opening any financial proposal; ii) a financial evaluation. Firms will be ranked using a combined technical/financial score, as indicated below. Technical Proposal 5.2 The evaluation committee appointed by the Client will carry out the evaluation applying the evaluation criteria and point system specified in the Data Sheet. Each responsive proposal will be attributed a technical score (St.). Financial Proposal 5.3 The evaluation committee will determine if the financial proposals are complete and without computational errors. The lowest financial proposal (Fm) will be given a financial score (Sf) of 100 points. The financial scores of the proposals will be computed as follows: Sf = 100 x Fm/F (F - amount of financial proposal). 5.4 Proposals will finally be ranked according to their combined technical (St) and financial (Sf) scores using the weights indicated in the Data Sheet S = St x T% + Sf x F%. 6. Negotiations 6.1 Prior to the expiration period of proposal validity, the Client will notify the successful Consultant who submitted the highest scoring proposal (technical + financial) in writing by registered letter, cable telex or facsimile and invite to negotiate the Contract. 6.2 Negotiations normally finish within five days. The aim is to reach an agreement on all points, and initial a draft contract by the conclusion of Negotiations. 6.3 Negotiations will commence with a discussion of technical proposal, the proposed methodology (work plan), staffing and any suggestions made to improve the TORs. Agreement must then be reached on the final TORs, the staffing and bar charts, which will indicate activities, staff, periods in the field and in the home office, staff months, logistics and reporting. Special attention will be paid to optimize the required outputs from the Consultants within the available budget and to define clearly the inputs required from the Client to ensure satisfactory implementation of the Assignment. 6.4 Changes agreed upon will then be reflected in the financial proposal, using proposed unit rates 6.6 The negotiations will be concluded with a review of the draft form of Contract. The Client and the Consultants will finalize the contract to conclude negotiations. 7. AWARD OF CONTRACT 7.1 The Contract will be awarded after successful Negotiations with the successful Consultants. If negotiations fail, the Client will invite the Consultants having obtained the second highest score to Contract negotiations. Upon successful completion, the Client will promptly inform the other Consultants that their proposals have not been selected. 7.2 The selected Consultant is expected to commence the Assignment on the date and at the location specified in the Data Sheet. 8. CONFIRMATION OF RECEIPT 8.1 The consultant shall acknowledge the following: 7
8 i) The receipt of the letter of invitation by the consultant. ii) Whether or not the consultant will submit a proposal. 8
9 LOI DATA SHEET Clause No. Clauses 1.1 The name of the Assignment is: Preparation of design and drawing, timely monitoring for the Regional Office of the Department of Immigration, Phuentsholing, Chukha. The name of the Client is Department of Immigration, Ministry of Home and Cultural Affairs. 1.2 The description and the objectives of the Assignment are: A. Preparation of Detail drawing for the following: 1. Architectural Drawings: All the four elevations X- and Y- sections Roofing (Plan and details) Rabsel, Window, doors and other openings details Front entrance porch details Side entrance porch details Detail drawings of the components 2. Structural Drawings: Front and side entrance porch details (extended portion to the old building) including connection details. The consultant has to design the entrance porches as a separate structure with a minimum separation gap, in order not to have structural effect on the existing structure. Roofing structural details 3. Electrical Drawing with all the details 4. Plumbing and Sanitary Drawing with all the details 5. Preparation of Bill of Quantity including technical and material specification (civil/ electrical): For Demolition works. - As per the plans and elevation provided by the client, the consultant has to provide the Bills of Quantity for the demolitions works. The demolition works has to be carried out in order to rehabilitate the buildings as desired by the client. 11
10 For New Construction - The Bill of Quantity for the new works should be explicit covering all the works under the rehabilitation works to be implanted on site. B. Time Schedule for the consultancy works: The Assignment has to be completed within 1.5 months from the date mentioned in notification letter from the Department as per the following: 45 days (1.5 months) - Completion of design and drawing to be implemented on the site. The time period of 2 months is solely allocated for the preparation of design, drawings and Bill of Quantity. 30 days (1 month) - Finalization and Review of design, drawing and Bill of Quantity as per the site condition. 1.3 The assignment will be carried as time based contract 1.5 Pre-Proposal Conference: No. Clarifications may be requested not later than 7days before the submission date. The address for requesting clarification is: Mr. Norbu Wangchuk, Senior Immigration Officer, Department of Culture, Ministry of Home and Cultural Affairs. Tel / [email protected]. 1.6 The Client shall provide the following inputs: 1. Existing Plans (Ground floor and First floor) 2. Proposed plans (Ground floor and First floor) 3. Elevations (Front Elevation and Side Elevations) 4. 3-D Drawings 1.9 The Documents are: 1. Terms of Reference (ToR) 2. Contract 3. Appendices 2.2 The address is: Director General Department of Immigration Ministry of Home and Cultural Affairs Thimphu, Bhutan 3.1 The language is: English 12
11 3.7 Tax liability, insurances: The selected consultant will pay local taxes without reimbursement by the procuring agency as per the financial rules and regulations (FRR) of Bhutan. The Consultant will be responsible for taking out any appropriate insurance coverage. 4.1 The number of copies of the proposal are: One original and one copy 4.3 The date and time of proposal submission are: Wednesday, November 18, 2015 before noon. 4.4 Validity period (days, date): 60 days The head office location is: Thimphu, Bhutan The location of the site is: Phuentsholing, Chukha 5.1 The points given to evaluation criteria are: POINTS (i) The consultants' relevant experience for the assignment [5 marks] (ii) Adequacy of the proposed Technical Approach, methodology and work plan as per the Terms of Reference The quality of methodology proposed 60 Work-plan 10 Organization and staffing 10 Total points for criterion (ii) [80 marks] (iii) Key professional staff qualification and competence for the assignment: a. Team Leader/ Architect [5] b. Structural/ Civil Engineer [3] c. Electrical Engineer [2] Total points for criterion (iii) [10 marks] The points given to evaluation sub-criteria for qualifications of key-staff proposed are: POINTS General Qualifications 30% Adequacy for the Project 60% Experience & language in Region 10% Total: 100% (iv) Participation by Nationals among the proposed key staff [5marks] The technical proposal should score at least 75 points out of 100 to be considered for financial evaluation. 13
12 5.3 The currency is: Bhutanese Ngultrum 5.4 The weight (T%) given to the Technical Proposal is 40% (forty percent). The weight (F%) given to the Financial Proposal is 60% (sixty percent) Commencement of Assignment (date, location): As per the work order from the procuring agency. Attachments: 1. TORs 2. Annexures 4. Draft Form of Contract 14
13 TERMS OF REFERENCE 1. BACKGROUND: The Department of Immigration under the Ministry of Home and Cultural Affairs is planning to rehabilitate and renovate the Regional office of the Department of Immigration at Phuentsholing, Chukha, Bhutan. 2. A PRECISE STATEMENT OF OBJECTIVES: The objective of the services is to prepare drawing and design as per the new proposed plan for the Regional Office of the Department of Immigration. The consultancy services is to prepare architectural, structural, electrical, sewer and plumbing drawings, detail Bill of Quantity for demolition and new construction and cost estimates, following the proposed architectural drawings and plans provided by the client. The proposed work for the redesigning and rehabilitation works has been fully based on the existing (old) building. 3. AN OUTLINE OF THE TASKS TO BE CARRIED OUT: The scope of the services mainly consist of the following 3 components: 3.1. Preparation of Design and drawing (working drawings) as per the proposed drawings of plan and elevation provided by the client Preparation of the Bill of Quantity for the demolition works and new construction, as per the site Timely monitoring of the construction works and site visits 3.1 Preparation of Design and Drawing: The consultant shall carry out all the necessary works required for the preparation of the design and working drawings. The consultant will be given 1.5 months (45days) to carry out the following works as per the serial no. 6 of the terms of the reference. The final output of the assignment has to be Working Drawings for the actual implementation of the work on site. The eligible bidders are highly recommended to visit the proposed site to have clear perspectives of the consultancy services. The drawings should be done in an appropriate style and the scales suitably fixed so that they are easily readable at site by naked eyes. All drawings should be printed in A3 paper size. Adequate number of drawings should be produced to appropriately represent all the necessary details, views, etc. All the drawing dimensions should be in metric system (i.e., meter, centimeter and millimeter) Please be minded that there should be minimum interventions in the existing structure apart from the changes in the layout provided by the client. The selected consultant will have to revise the drawings as per the site condition and/or provide additional drawings for any changes/ alterations upon execution of work on site. The submission has to be as and when required/notified by the Department. 15
14 3.2 Preparation of the Bill of Quantities (BoQ): The BoQ should be explicit covering all the items of the work. It should be as exhaustive as possible to avoid changes, addition, deletions and substitutions and therefore avoiding undesired disputes and claims during the execution phase. The detailed technical and material specifications should be a part of the BoQ. The copy of the technical and material specifications shall be submitted to the procuring agency as per the reporting obligation of the consultant. The quantities should be worked out as accurate as possible to avoid unnecessary variations during the execution of the work. The cost estimate should be accompanied by the rate analysis where applicable. Availability of materials may also be specified for those that are unique in features. As far as possible, the materials should be readily available in Bhutan and the materials may be suggested to suit the climatic conditions. 3.3 Timely monitoring of the construction works and site visits The selected consultancy firm shall monitor the renovation and reorganizing of the construction work of maximum of 3 site visits till the completion of the work, as per the requirement of the procuring agency. 4. SCHEDULE FOR COMPLETION OF TASKS: The Assignment has to be completed within 2 months from the date mentioned in notification from the Department as per the following: 45 days (1.5 months) - Completion of design and drawing to be implemented on the site. The time period of 2 months is solely allocated for the preparation of design, drawings and Bill of Quantity. 30days (1 month) - Finalization and Review of design, drawing and Bill of Quantity as per the site condition. 5. DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT: For the purpose of preparation of the architectural drawing and details of the various components, structural drawings, plumbing and sewer drawings and electrical drawings, the consultants will be provided with the following: Existing Plans (Ground floor and First floor) Proposed plans (Ground floor and First floor) Elevations (Front Elevation and Side Elevations) 3-D Drawings Note: The drawings of the existing and proposed plan and elevation of the building will be provided in the autocad files (.dwg format) and 3D in jpeg format. 16
15 6. FINAL OUTPUTS (i.e., REPORTS, DRAWINGS etc.)that WILL BE REQUIRED OF THE CONSULTANT: The consultant shall submit the following documents for clients review and approval: a. Architectural Drawings (2 sets): All the four elevations X- and Y- sections entailing maximum details Roofing (Plan, section and details) Rabsel, Window, doors and other openings details Detail drawings of all the components and traditional features of the building Front entrance porch details Side entrance porch details b. Structural Drawings: Front and side entrance porch details (extended portion to the old building) including connection details. The consultant has to design the entrance porches as a separate structure with a minimum separation gap, in order not to have structural effect on the existing structure. Similarly, the side entrance porches has to be designed accordingly. Roofing structural details c. Electrical Drawing with all the details d. Plumbing and Sanitary Drawing with all the details (All the above drawing should be working drawings for implementation of actual execution of the work) e. Preparation of Bill of Quantity: For Demolition works. As per the plans and elevation provided by the client, the consultant has to provide the Bills of Quantity for the demolitions works. The demolition works has to be carried out in order to rehabilitate the buildings as desired by the client For New Construction The Bill of Quantity for the new works should be explicit covering all the works under the rehabilitation works to be carried out by the selected construction company under the works category. 7. COMPOSITION OF REVIEW COMMITTEE TO MONITOR CONSULTANTS WORK: The Department of Immigration will form a review committee for the project. 17
16 8. PROCEDURE FOR REVIEW OF PROGRESS REPORTS, INCEPTION, STATUS, FINAL DRAFT AND FINAL REPORTS (CONSULTANT S REPORTING OBLIGATIONS): The consultant shall be required to submit the following reports for client s review and approval: 1. Inception Report: Timeline/ Work Program as per the allocated time period, for the submission of the report Consultant s Reporting Obligation The inception report has to be submitted within 5 working days from the date of contract signing. 2. Draft Final Report: All sets of Drawing Bill of Quantity including technical and material specifications Report on the interventions provided as per the proposed plans of the procuring agency. 3. Final Report: 2 Sets of all the drawings (Architectural, Structural, Plumbing and Sewer and Electrical with all the details) with a compact disc containing all the drawings (.dwg) files. Detail Bill of Quantity including technical and material specifications along with rate Analysis for the demolition works and new works (all the items has to be included) - Two hard copy and soft copy in a CD in editable format. 9. PROCEDURE FOR REVIEW OF PROGRESS REPORTS AS PER THE CONSULTANTS REPORTING OBLIGATIONS. The consultant shall carry out all the revisions of the design and drawing after the review by the identified Review Committee by the procuring agency. The consultant has to provide the 10. SCRUTINY AND APPROVAL OF THE DESIGN AND DRAWING. The consultant shall be responsible for submitting the required copies of the drawings to the relevant agencies apart from the procuring agency for necessary scrutiny and approval. The Consultant shall be responsible for following up with the relevant agencies for necessary scrutiny and approval. 11. LIST OF KEY POSITIONS WHOSE CV AND EXPERIENCE WOULD BE EVALUATED. The Consultancy firm shall engage the following key personnel whose CVs and experiences shall be evaluated, apart from other support staff to carry out the services i. Team Leader (Architect) ii. Structural Engineer/ Civil Engineer iii. Electrical Engineer 18
17 12. SCHEDULE OF PAYMENT: A. For the preparing of the design and drawing as indicated (70% of the Contract Price): Ten Percent (10%) of the Contract Price shall be paid on the effective date against the submission of the demand guarantee for the same. Ten Percent (10%) of the Contract Price on the submission of the Inception Report Twenty Percent (20%) of the Contract Price on the submission of the Draft Final Report Fifty Percent (30%) of the Contract Price on the submission of the Final Report B. For Timely monitoring of the construction works (30% of the Contract Price): The total amount for the site visit shall be 30% of the contract price. The consultant will be equally paid on each visit i.e., 10% of the contract price, totaling to the three site visits equals to 30% of the contract price. The Consultant shall be paid upon submission and acceptance of the site visit report by the Department. 13. INTEREST IN DELAYED PAYMENTS: i. The interest rate for the delay in payment shall be as per the Financial Rules and Regulations (FRR) of the Royal Government of Bhutan. ii. The interest for delay in payment should not be liable if the procuring agency fails to make payment to the consultant due to unavoidable circumstances (for instance, delay in fund release) and has been officially intimated to the consultant iii. The penalty for delay in submission of the reports by the consultant shall be at the interest rate of 0.1% per day up to maximum of 10% of the contract price, which will be deducted from the total contract price. 14. DOCUMENTS PREPARED BY THE CONSULTANT TO BE THE PROPERTY OF THE PROCURING AGENCY: All plans, drawings, specifications, designs, reports, other documents and software prepared by the Consultant for the Procuring Agency under this Contract shall become and remain the property of the Procuring Agency, and the Consultant shall, not later than upon termination or expiration of this Contract, deliver all such documents to the Procuring Agency, together with a detailed inventory thereof. The Consultant may retain a copy of such documents and software, and use such software for its own use with prior written approval of the Procuring Agency. 15. The bidder shall submit a signed integrity pact along with the bidding document. 19
18 Annex - 2 FORMATS FOR TECHNICAL PROPOSAL 20
19 TECHNICAL PROPOSAL Annexure 2 TO Sir: Subject: Hiring of Consultancy Service for Regarding Technical Proposal I/We Consultant/Consultancy firm herewith enclose Technical Proposal for selection of my/our firm/organization as Consultant for. Yours faithfully, Signature Full Name Designation Address (Authorized Representative) 17
20 1. Attach firm s profile 2. Relevant services carried out in the last five years which best illustrate qualifications 3. Approach and methodology if asked in the LOI Data Sheet 4. Comments and suggestions on the ToR 5. CVs of proposed personnel 6. Valid trade license & CDB certificate 18
21 Format of Curriculum Vitae (CV) For Proposed Key Staff Proposed Position: Name of Firm: Name of Staff: Profession: Date of Birth: Years with Firm: Nationality: Membership of Professional Societies: Detailed Tasks Assigned: Key Qualifications: (Give an outline of staff member's experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use up to half a page). Education: (Summarize college/university and other specialized education of staff member, giving names of schools, dates attended and degrees obtained. Use up to a quarter page). Employment Record: (Starting with present position, list in reversed order, every employment held. List all positions held by staff member since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use up to three-quarters of a page). Languages: (Indicate proficiency in speaking, reading and writing of each language by "excellent", "good", "fair", or "poor"). Certification: I, the undersigned, certify that to the best of my knowledge and belief, this biodata correctly describes myself, my qualifications and my experience. Date: 19
22 Signature of Staff Member or authorized official from the firm Day/Month/Year 20
23 Please attach Work Programme and Time Schedule for Key Personnel WORKPROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL MONTHS (in the form of bar chart) S. No. Name Position Number of Months 21
24 Annexure - 3 FORMATS OF FINANCIAL PROPOSAL 22
25 FORM FIN 1 FINANCIAL PROPOSALS TO Sir: Subject: Hiring of Consultants Services for Regarding Price Proposal I/We Consultant/consultancy firm herewith enclose Price Proposal for selection of my/our firm/organization Consultant for I, the undersigned, hereby declare to the best of my knowledge and belief, this information is true and correct. Yours faithfully, Signature Full Name Designation Address (Authorized Representative) 23
26 SCHEDULE OF SUMMARY PRICE PROPOSAL Item Total Costs of Financial Proposal FORM FIN-2 SUMMARY OF COSTS FORM FIN-3 BREAKDOWN of Costs by Activity Group of Activities (Phase) Remuneration Reimbursable Expenses Subtotals FORM FIN-4 BREAKDOWN of Reimbursable Expenses (This Form FIN-4 shall only be used when the Time-Based Form of Contract has been included in the RFP) Unit Amount N Description Unit Quantity Cost 1 Per diem allowances Day 2 Miscellaneous travel expenses Trip 3 Communication costs between [Insert place] and [Insert place] 4 Drafting, reproduction of reports 5 Equipment, instruments, materials, supplies, etc. 6 Use of computers, software 7 Local transportation costs 8 Office rent, clerical assistance Training of the Procuring Agency s 9 personnel (Modify as appropriate) 24
27 Annexure 4 Request for Proposals Selecting a Firm through CQ [implementing agencies to use their official letter pad] Date To 1. The (hereinafter to refer to as the Client ) invites you to submit a combined technical and financial proposal to provide the following consulting services:. More details of the services are provided in the attached Terms of Reference. 2. Please submit your technical and financial proposals in accordance with the attached forms. Your proposals will be subject to negotiation between your authorized representative and the Client and may result in a contract. A draft contract is also attached. 3. Your technical and financial proposals should be submitted at the following address, not later than [insert date, month, year]. The technical and financial proposal shall each bear a weightage of [insert techno-financial ratio] for the purpose of evaluating this proposal. 4. Please confirm receipt of this invitation and that you will/will not submit the proposals as requested Sincerely (Client s authorized representative) 33
28 46 Annexure 5 Sample Contract for Simple Consulting Services Small Assignments Time- Based Payments CONTRACT THIS CONTRACT ( Contract ) is entered into this [insert starting date of assignment], by and between [insert Client s name] ( the Client ) having its principal place of business at [insert Client s address], and [insert Consultant s name] ( the Consultant ) having its principal office located at [insert Consultant s address]. WHEREAS, the Client wishes to have the Consultant performing the services hereinafter referred to, and WHEREAS, the Consultant is willing to perform these services, NOW THEREFORE THE PARTIES hereby agree as follows: 1. Services (i) The Consultant shall perform the services specified in Terms of Reference and Scope of Services, which is made an integral part of this Contract ( the Services ). (ii) The Consultant shall provide the reports listed in Terms of Reference, within the time periods listed in such Annexures, and the personnel listed in Annexure 2, Cost Estimate of Services, List of Personnel and Schedule of Rates to perform the Services. 2. Term The Consultant shall perform the Services during the period commencing [insert start date] and continuing through [insert completion date] or any other period as may be subsequently agreed by the parties in writing. 3. Payment A. Ceiling For Services rendered pursuant to ToR, the Client shall pay the Consultant an amount not to exceed a ceiling of [insert ceiling amount]. This amount has been established based on the understanding that it includes all of the Consultant s costs and profits as well as any tax obligation that may be imposed on the Consultant. The payments made under the Contract consist of the Consultant's remuneration as defined in sub-paragraph B below and of the reimbursable expenditures as defined in sub-paragraph C below. B. Remuneration The Client shall pay the Consultant for Services rendered at the rate(s) per man/month spent 1 (or per day spent or per hour spent, subject to a maximum of eight hours per day) in accordance with the rates agreed and specified in Annexure 3, Cost Estimate of Services, List of Personnel and Schedule of Rates. 1 Select the applicable rate and delete the others. 46
29 47 C. Reimbursables The Client shall pay the Consultant for reimbursable expenses, which shall consist of and be limited to: (i) normal and customary expenditures for official travel, accommodation, printing, and telephone charges; official travel will be reimbursed. (ii) such other expenses as approved in advance by the Client. 2 D. Payment Conditions Payment shall be made in [specify currency] not later than 30 days following submission of invoices in duplicate to the client. 4. Project Administratio n A. Coordinator The Client designates Mr./Ms. [insert name] as Client s Coordinator; the Coordinator shall be responsible for the coordination of activities under the Contract, for receiving and approving invoices for payment, and for acceptance of the deliverables by the Client. B. Timesheets During the course of their work under this Contract, including field work, the Consultant s employees providing services under this Contract may be required to complete timesheets or any other document used to identify time spent, as well as expenses incurred, as instructed by the Project Coordinator. C. Records and Accounts The Consultant shall keep accurate and systematic records and accounts in respect of the Services, which will clearly identify all charges and expenses. The Client reserves the right to audit, or to nominate a reputable accounting firm to audit, the Consultant s records relating to amounts claimed under this Contract during its term and any extension, and for a period of three months thereafter. 5. Performance Standard 6. Confidentiality 7. Ownership of Material The Consultant undertakes to perform the Services with the highest standards of professional and ethical competence and integrity. The Consultant shall promptly replace any employees assigned under this Contract that the Client considers unsatisfactory. The Consultants shall not, during the term of this Contract and within two years after its expiration, disclose any proprietary or confidential information relating to the Services, this Contract or the Client s business or operations without the prior written consent of the Client. Any studies, reports or other material, graphic, software or otherwise, prepared by the Consultant for the Client under the Contract shall belong to and remain the property of the Client. The Consultant may retain a copy of such 2 Specific expenses can be added as an item (iii) in paragraph 3.C. 47
30 48 documents and software. 8. Consultant Not to be Engaged in Certain Activities The Consultant agrees that, during the term of this Contract and after its termination, the Consultants and any entity affiliated with the Consultant, shall be disqualified from providing goods, works or services (other than the Services or any continuation thereof) for any project resulting from or closely related to the Services. 9. Insurance The Consultant will be responsible for taking out any appropriate insurance coverage. 10. Assignment The Consultant shall not assign this Contract or Subcontract any portion of it without the Client's prior written consent. 11. Law Governing Contract and Language 12. Dispute Resolution The Contract shall be governed by the laws of [insert government], and the language of the Contract shall be [insert language]. Any dispute arising out of this Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in accordance with the laws of the Kingdom of Bhutan. FOR THE CLIENT FOR THE CONSULTANT Signed by Title: Signed by Title: 48
31 49 Annexure 6 Evaluation Report on Qualifications and Experience of Consultants for Selection Based on Consultant s Qualifications (CQ) Date: Project Title: Tender No: 1. Implementing Agency (address, telephone/fax No, ) 2. Name of consulting assignment: 3. Package number (per Procurement Plan) if applicable: 4. Total estimated cost of assignment: 5. Assignment period: 6. Name of Publication and Date of advertisement requesting expressions of interest: 7. Deadline for submission of the expression of interest: 8. Members of Selection Committee (Name and Position of each member): Sl # Name Designation Office Remarks Criteria for evaluating Consultant s qualifications and experience-[total of all maximum scores should add up to 100] 1. Overall experience of the firm (number of years) in the field of assignment (5 to 10) 2. Number of assignment-related contracts completed during last three years (0 to 10) 3. General experience and qualification of the key personal (10-20) 4. Assignment-relevant experience and qualification of key personnel (20-50) 5. Number of years of the key personnel in the firm (0-10) 6. Financial capacity of the firm (0-10) 7. Knowledge of language of if required (0-10) 8. [add other evaluation criteria and delete the above ones if not relevant] 10. Name of consultants who expressed interest in respond to the advertisement: Sl # Name of the consultant EoI submission date Remarks
32 Rank list of consultants after evaluation of qualifications and experience as per 9 above: Sl # Name of Consultants Score Strengths Weaknesses Following the ranking of firms, the implementing agencies will invite technical and financial proposals from at least 3 (the highest scoring) top ranking firms which will become the basis of contract negotiations between the Client and the highest scoring firm. 13. Complaints, if any: Signatures of the Members of the Selection Committee: 50
33 51 LIST OF ANNEXES Annexure 1: Letter of invitation Annexure 2: Formats for Technical Proposal Annexure 3: Formats for Financial Proposal Annexure 4: Request for Proposal (RFP) Annexure 5: Sample Contract Annexure 6: Evaluation report 51
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX
Small Assignments Time-Based Payments
FORM OF CONTRACT FOR CONSULTING SERVICES Small Assignments Time-Based Payments Public Procurement Board Accra, Ghana September 2003 Contract: Small Assignments - Time-Based 1 STANDARD FORM OF CONTRACT
GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM
GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM 1 Standard Bidding Document Version Control v0-1 STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS/FIRM Introduction
Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments
REQUEST FOR PROPOSALS Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments Public Procurement Board Accra, Ghana September 2003 i CONTENTS INTRODUCTION AND INSTRUCTIONS...1 SECTION
CONTRACT FOR CONSULTING SERVICES
CONTRACT FOR CONSULTING SERVICES THIS CONTRACT ( Contract ) is entered into this Date] by and between institution Name] ( the Client ) having its principal place of business at City or region Name], and
Consultant s Services Small Assignments, Lump-Sum Payments
STANDARD AND SAMPLE CONTRACT FOR Consultant s Services Small Assignments, Lump-Sum Payments Public Procurement Authority Accra, Ghana April, 2014 Table of Contents SECTION I: CONTRACT FORM... 1 Services...
North American Development Bank. Model Bidding Document: Consultant Services
North American Development Bank Model Bidding Document: Consultant Services MODEL DOCUMENTS Sample letter of invitation Outline for typical Terms of Reference Supplementary information for consultants
[Indicate name of Procuring Entity]
THE REPUBLIC OF RWANDA [Indicate name of Procuring Entity] STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS FOR SMALL SERVICES Title of the Tender: Tender Reference Number: Procurement Method: Date
EMPLOYEES OLD-AGE BENEFITS INSTITUTION
EMPLOYEES OLD-AGE BENEFITS INSTITUTION HEAD OFFICE, G.P.O. BUILDING I.I. CHUNDRIGAR ROAD, KARCHI REQUEST FOR PROPOSAL FOR HUMAN RESOURCE CONSULTANCY SERVICES A. INVITATION TO BID The Employees Old-Age
REQUEST FOR PROPOSALS
Table of Contents March 2012 REQUEST FOR PROPOSALS DISASTER RECOVERY/BUSINESS CONTINUITY SERVICES Soliciting detailed proposals for the development of plans to meet a variety of contingencies REQUEST FOR
REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS
REPUBLIC OF RWANDA MINISTRY OF ENVIRONMENT AND LANDS REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS Title of Tender: TO UPDATE & RESOURCES MINISTRY OF CONSULTANCY SERVICES UPGRADE THE WATER DATABASEFOR
Selection of Consultants By the World Bank
STANDARD REQUEST FOR PROPOSALS Selection of Consultants By the World Bank The World Bank Washington, D.C. March 2007 CONTENTS Preface... iv Section 1. Letter of Invitation... 7 Section 2. Instructions
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED)
1 CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED) CONTRACT THIS CONTRACT ( Contract ) is entered into this
CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA
TRANSITION AUTHORITY AUGUST, 2015 REQUEST FOR PROPOSALS (RFP) TENDER NUMBER: TA-TENDER/ RFP-07-2015 2016 CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA CLOSING DATE: MONDAY, 30
REQUEST FOR PROPOSALS For. Establishment & Management of Citizen Help Desk
1 REQUEST FOR PROPOSALS For Establishment & Management of Citizen Help Desk October 2012 Karnataka Health System Development & Reform Project PHI Building, Sheshadri Road, K.R.Circle, Bangalore -560 001
Road Safety and Transport Authority Ministry of Information and Communications Royal Government of Bhutan
S T A N D A R D R E Q U E S T F O R P R O P O S A L S P r o c u r e m e n t o f Consult i n g S e r vices Road Safety and Transport Authority Ministry of Information and Communications Royal Government
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
LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984
REQUEST FOR PROPOSAL (RFP) HIRING OF SERVICES OF ENGINEERING CONSULTING FIRM For CONSTRUCTION SUPERVISION FOR THE PROJECT DEVELOPMENT OF STORM WATER DRAINAGE SYSTEM ALONG BOUNDARY WALL OF LAKHODAIR LANDFILL
GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS
GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS Japan International Cooperation Agency (JICA) December 2006 (Amended December 2009) version 1.0 CONTENTS INTRODUCTION...
Standard Request for Proposals. Selection of Consultants
STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants The Islamic Development Bank March 2012 This document is subject to copyright. This document may be used and reproduced
REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website
FPU.SR- 19.5 REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR The Design and Development of the Zimbabwe Diaspora Website Prepared by Number 4 Duthie Road, Alexandra
REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES
REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR THE DEVELOPMENT OF A COUNTY INTEGRATED PERFORMANCE MANAGEMENT SYSTEM
Standard Request for Proposals Selection of Consultants
STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants September 2012 This document is subject to copyright. This document may be used and reproduced for non-commercial
TENDER DOCUMENT FOR CONSULTING SERVICES TOWARDS DEVELOPMENT OF ADVOCACY, EDUCATION AND AWARENESS MATERIALS FOR THE G2C OFFICE, CABINET SECRETARIAT
TENDER DOCUMENT FOR CONSULTING SERVICES TOWARDS DEVELOPMENT OF ADVOCACY, EDUCATION AND AWARENESS MATERIALS FOR THE G2C OFFICE, CABINET SECRETARIAT 1. Notice Inviting Consultancy Service The G2C Office,
CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract
CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]
Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas
REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/036 Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas International Renewable Energy Agency Abu Dhabi, UAE November,
Guidelines (Rules) for the Procurement of Services 1
Southern African Development Community Project Preparation and Development Facility Guidelines (Rules) for the Procurement of Services 1 Revision 1 November 2013 1 Adapted from the African Development
Video Production Services for the Ontario College of Trades (the College)
Video Production Services for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2014-03 Date Issued: 14 April 2014 1 TABLE OF CONTENTS A. INTRODUCTION...4 1. Objective...
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
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
REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE RISK MANAGEMENT TENDER NO.: PC/RFP/03/2015-2016 SELECTION OF CONSULTANTS
P.O. Box - 34542-00100 Tel :+254 20 2212346/7/8 Fax :+254 20 2212237 Extelcoms House,11th Floor Haile Selassie Avenue Nairobi, Kenya REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE
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
Details for Engagement of Management Consulting Firm for OSRFS
Details for Engagement of Management Consulting Firm for OSRFS 1. Background. In order to continue with the pace of reform and to implement the next phase of Public Enterprises (PE) Reform, Odisha State
Procurement Policy Office
Procurement Policy Office (Established under section 4 of the Public Procurement Act 2006) Ref: SC/EG37/07-12 Evaluation Guide (Consultancy Services) Procurement Policy Office Ministry of Finance and Economic
SELECTION OF CONSULTANT
Request for Proposals RFP Ref. No. CERSAI/Notification/2015-687 Dated 12.01.2015or SELECTION OF CONSULTANT CONSULTANCY SERVICES FOR DATA QUALITY ASSESSMENT OF CERSAI Central Registry of Securitisation
Request for Proposals (RFP)
GOVERNMENT OF TAMILNADU Commissionerate of Municipal Administration 6 th Floor, Ezhilagam Annexe Building, Chepauk, Chennai - 600005 Tel: +91 44-044-28549924 Name of Project: Procurement of Hosted Exchange
TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)
Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals
PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)
PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,
Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform
Tender Document for consulting services for Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform Contract Notice No. 2013/S 185-319425 Reference File Number:
QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06
QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06. TABLE OF CONTENTS Part 1: General Instructions Section I Company Profile Section II Financial
KERALA STATE INDUSTRIAL DEVELOPMENT CORPORATION LTD
KERALA STATE INDUSTRIAL DEVELOPMENT CORPORATION LTD NOTICE INVITING BIDS FROM QUALIFYING CONSULTANTS FOR PREPARATION OF DETAILED PROJECT REPORT (DPR) ON THE LIFE SCIENCES PARK, THIRUVANANTHAPURAM Introduction:
REQUEST FOR PROPOSAL (RFP) DOCUMENT
REQUEST FOR PROPOSAL (RFP) DOCUMENT Procurement of Consulting Services: Study on Sediment Management in Run-of-River Hydropower Projects of Nepal Lump-sum Assignments Quality- and Cost-Based Selection
R E Q U E S T F O R P R O P O S A L S ( R F P )
ISO 9001:2008 CERTIFIED R E Q U E S T F O R P R O P O S A L S ( R F P ) ( S E L E C T I O N O F P R O F E S S I O N A L C O N S U L T A N T S ) PROVISION OF CONSULTANCY SERVICES FOR TECHNICAL DESIGN, DEVELOPMENT,
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. November 2013 BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION
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
BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office
BUILDING MAINTENANCE Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office August 2015 Instructions to Tenderers 1. The contract conditions
Procurement of Services
AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Standard Bidding Documents Procurement of Services Provision of Fumigation and Pest control Services Procurement Number: AUC/AFMD/OT/1350 Date
RFP for the provision of FINANCIAL AUDIT OF THE MG940.03 MTI (Market Transformation Initiative SIDA Farmed Fish.
REQUEST FOR PROPOSAL (RFP) DOCUMENT WWF MWIOPO Près lot II M 85 Ter Antsakaviro (101) Antananarivo Tél: +261 34 49 888 04 Tél: +261 34 49 888 05 Tél: +261 34 49 888 06 Tél: +261 20 22 348 85 Tél: +261
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
REQUEST FOR PROPOSAL
AFRICAN PEER REVIEW MECHANISM REQUEST FOR PROPOSAL FOR THE PROVISION OF MANAGED PRINT SERVICES AT APRM NEW PREMISES. Procurement Number: 11/APRM/IT EQUIP/15 August 2013 Index of Contents CONTENTS AFRICAN
REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services. International Renewable Energy Agency 29 December, 2014
REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services International Renewable Energy Agency 29 December, 2014 Deadline: 26 January, 2015 1 Section 1: Letter of Invitation (LoI) Dear Madam
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
Kenya Electricity Generating Company Limited
Kenya Electricity Generating Company Limited ADM-072 REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR EMPLOYEE SATISFACTION AND WORK ENVIRONMENT SURVEY Kenya Electricity Generating Company Limited, Stima
REQUEST FOR PROPOSALS (RFP) (PROVISION OF CONSULTANCY SERVICES TO IMPLEMENT IDENTITY & ACCESS MANAGEMENT AND CENTRAL LOGGING)
ISO 9001:2008 CERTIFIED REQUEST FOR PROPOSALS (RFP) (PROVISION OF CONSULTANCY SERVICES TO IMPLEMENT IDENTITY & ACCESS MANAGEMENT AND CENTRAL LOGGING) RFP NO. KRA/HQS/NCB-33/2011-2012. RE-ADVERTISEMENT
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected]
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected] Request for Proposal (RFP) Document for Selection of Consultancy Firms for Preparation of
How To Bid For A Contract
AFRICAN UNION-IBAR REQUEST FOR PROPOSALS (RFP) CONSULTANCY SERVICES - VETGOV POLICY FORMULATION (Lots 1 to 7) September 2015 Procurement No: 13/AU-IBAR/15 September 2015 Index of Contents CONTENTS CONTENTS...1
REQUEST 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
b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and
Dear Sir/Madam, Subject: Request for Proposals for Translation Services: Project no. Multiple Proposal Ref: RE-RFP/12/002 1. The United Nations Office for Project Services (UNOPS) is seeking qualified
TIME-BASED FORM OF CONTRACT H A R M O N I Z E D S T A N D A R D F O R M O F C O N T R A C T. Consultant s Services Time-Based
TIME-BASED FORM OF CONTRACT H A R M O N I Z E D S T A N D A R D F O R M O F C O N T R A C T Consultant s Services Time-Based Consultant Services Time-Based Contents Preface... 5 I. Form of Contract...
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: [email protected]
Expression 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
Instruction to Bidders
1 / 11 Instruction to Bidders This document includes information relevant to the procurement of goods and services, bidding procedure for bidders and guidelines to prepare the bids. Scope of Bid A. Introduction
REQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
REQUEST FOR PROPOSALS FOR UPGRADE OF T24 CORE BANKING, IMPLEMENTATION OF EDMS & DATA WAREHOUSING SYSTEMS TO CENTRAL BANK OF KENYA
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 REQUEST FOR PROPOSALS FOR UPGRADE OF T24 CORE BANKING, IMPLEMENTATION
Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION
REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014
Standard Document. For Engagement of. Project Management Consultant for. North Eastern States. National Rural Roads Development Agency.
Standard Document For Engagement of Project Management Consultant for North Eastern States by National Rural Roads Development Agency For the Pradhan Mantri Gram Sadak Yojana National Rural Road Development
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: [email protected]
Expression 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
REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES
REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES FOR THE NABARD FINANCIAL SERVICES NABARD Financial Services Limited # 190, Rashtriya Vidyalaya Road, Jayanagar 2nd Block, Bengaluru-560
REQUEST FOR EXPRESSION OF INTEREST (EoI)
REQUEST FOR EXPRESSION OF INTEREST (EoI) For Hiring of Consultant for the Preparation of Financial Management and Procurement Manual (FMPM) For UP Pro-Poor Tourism Development Project of Department of
City of Kisumu KISUMU URBAN PROJECT REQUEST FOR PROPOSALS FOR PROVISION OF MEDIA CONSULTING SERVICES FOR KISUMU CITY TENDER NO. CCK/KUP/RFP/2/2014/028
1 City of Kisumu KISUMU URBAN PROJECT REQUEST FOR PROPOSALS FOR PROVISION OF MEDIA CONSULTING SERVICES FOR KISUMU CITY TENDER NO. CCK/KUP/RFP/2/2014/028 FUNDING: AGENCE FRANCAISE DE DEVELOPPEMENT (AFD)
Request for Quotation (RFQ) for Motorcycle. Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP
Request for Quotation (RFQ) for Motorcycle Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP Source of Funding : Japan Fund for Poverty Reduction (JFPR) Contract Ref: ----------------------
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
Consultant s Services
H A R M O N I Z E D S I M P L I F I E D S T A N D A R D F O R M O F C O N T R A C T Consultant s Services This harmonized simplified form of contract has been prepared through the joint efforts of the
Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146,
Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146, 222146 Fax No. : (01905) 222146, Email : [email protected] Request for Proposal (RFP) Document for Selection of Consultancy Firms
Terms of Reference. Preparing Safety and Technical Management Programme for Electricity Licensees
Terms of Reference Preparing Safety and Technical Management Programme for Electricity Licensees Introduction Public Utilities Commission of Sri Lanka (PUCSL) has started regulating the electricity industry
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
The Procurement Guidelines of. the Japanese Grant Aid. (Type I-G)
The Procurement Guidelines of the Japanese Grant Aid JAPAN INTERNATIONAL COOPERATION AGENCY (JICA) 1 Table of Contents PART I Basic Principles... 4 I-1 Introduction... 4 I-2 Parties Concerned... 4 I-3
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
Terms of Reference (ToR)
Government of Nepal Ministry of Science, Technology and Environment Alternative Energy Promotion Centre (AEPC) Terms of Reference (ToR) For Pre-qualification of Consulting Companies For Feasibility Study
Notice for appointment of Chartered Accountants firm for statutory audit
Bihar Gram Swaraj Yojna Society Panchayati Raj Department Govt. of Bihar 3 rd Floor Biscomaun Tower, Gandhi Maidan, Patna 800001 Contact No : 0612-2219175/7544010999 Ref: 2/BGSYS/FIN 14-150/2011 Notice
އ ޢ ލ ނ ބ ނ ކ އ ފ މ ލ ޑ ވ ސ ޕލކގ ބ ނ މ ށ ތ ރ ގ އ މ ދ ނ ނ ވ ތ ކ ތ ހ ދ ނ ބ ނ ނ ވ އ ވ.
1 / 12 އ ޢ ލ ނ އ ނ ދ ސ ހ ސ ބ ބ ނ ނ ވ އ ޖ ބ ނ ކ އ ފ މ ލ ޑ ވ ސ ޕލކގ ބ ނ މ ށ ތ ރ ގ އ މ ދ ނ ނ ވ ތ ކ ތ ހ ދ ނ ބ ނ ނ ވ އ ވ. Check Point 4600 NGFW Firewall High Availability Unit Part Code Details QTY CPAP-SG4600-NGFW-HA
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: [email protected]
Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)
Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
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
Development of application Software for Election Commission
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages
ISLAMIC DEVELOPMENT BANK. Guidelines for the Use of Consultants Under ISLAMIC DEVELOPMENT BANK FINANCING
ISLAMIC DEVELOPMENT BANK Guidelines for the Use of Consultants Under ISLAMIC DEVELOPMENT BANK FINANCING June, 2005 Table of Contents 1. General Principles... 1 1.1 Purpose of the Guidelines... 1 1.3 Relationship
Manual of Policies and Procedure of Employment of Consultants
Manual of Policies and Procedure of Employment of Consultants CONTENTS Chapter Description Page No I Introduction 1-4 II Expression of Interest 5-6 III Selection of Consultants 7-18 IV Other Methods
Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015
Request for Proposals (RFP) Communications Services September 17, 2015 PURPOSE Opportunity Inc. of Hampton Roads (OppInc.) seeks a communications consultant (the Consultant) to provide Communications Services
Project Management Procedures
1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive
TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON
Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
Request for Proposal (RFP) for Services
Ref: RFP 2015/106 Request for Proposal (RFP) for Services Catering Services for the 10 th Meeting of the GCF Board, Songdo, Korea RFP No. 2015/106 1 1. Background Catering Services for the 10 th Meeting
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
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
