BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)
|
|
|
- Rolf Knight
- 10 years ago
- Views:
Transcription
1 BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) PROVISION OF MOTOR VEHICLE INSURANCE ITB No.: AD INT Prepared by Rue E. Pierre 11, Zone Ambassade de Etats-Unis Tabarre 27, Port-au-Prince, Haiti 30 June 2015 INVITATION TO BID
2 ITB No. : AD INT 30 June 2015 The International Organization for Migration (IOM) is an intergovernmental organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society. s Bids and Awards Committee ( BAC ) now invites interested Proponents to submit Bids to Provision of Motor Vehicle Insurance, subject to the terms and conditions below: The tentative schedule of bidding is as follows: Posting/Distribution of this Invitation and Instruction to Proponents - 06 July 2015 Submission of Proposals - 14 July 2015; 12 noon, Eastern Daylight Time Opening and Evaluation of the Bids - 14 July 2015; 3:00 PM Eastern Daylight Time Target Awarding Date - 22 July 2015 Starting Date of the Contract - 4 August 2014 The schedule above is tentative. IOM may, at its own discretion, adjust the dates above without informing the Proponents. Very truly yours, Luzy B. GRESOLA Head, Logistics & Procurement Unit 2
3 Table of Clauses 1. Content of the Bidding Document Scope of the Bid Official Currency & Bid Presentation Period of Validity of the Bids Cost of the Bidding Eligible Proponents Corrupt, Fraudulent, Collusive and Coercive Practices Proponents Clarification Pertaining to the Bidding Documents Amendment to the Bidding Documents Official Language of the Bidding Process Submission of Proposals Clarification of Proposals Evaluation of Proposals Notification of Award
4 Call for Proposal 1 Content of the Bidding Document 1.1 This Call for Proposal and its Annexes shall comprise the Official Bidding Documents (hereinafter referred to as the Document ). 1.2 Proponents are expected to fully read and examine the contents of this Document and must fully comply with all the requirements set forth herein. IOM reserves the right to reject any or all proposals that do not comply with any provision in the Document. 2. Scope of the Proposal 2.1 IOM invites Proponents to submit proposals for Motor Vehicle Insurance Covers for for the vehicles of the mission listed in Annex Proposals should be prepared based on the following conditions: The list of motor vehicles to be insured and their corresponding insured amount are listed in Annex 1 of this Document The insured period shall be: 4 August August The insurance covers should be structured in such a way that new vehicles can be enrolled into the insurance policy at any time during the insured period. Similarly, vehicles which will be retired by IOM during the insured period can be removed from the insurance cover period and the corresponding unused portion of the premium reimbursed to IOM Proponents should offer as an option to the Motor Vehicle Insurance, an Excess Liability cover which will cover IOM against third party liabilities (life, body injury and property damage) that may arise from any accident involving any of the insured vehicles The motor vehicle insurance covers should include protection against Acts of God Proposals should indicate the premium rates (in percent of the insured amount) for the vehicles to be insured. Proposals should also indicate the corresponding deductible per insurance claim, the schedule of benefits and the corresponding ceiling amount for each of the benefits. 3 Official Currency and Proposal Presentation 3.1 The official currency of this bidding is US Dollars. All proposals therefore must be in US Dollars. Correspondingly, all insurance claims must be paid in US Dollars. 3.2 Bidders should submit a comprehensive Insurance Administration and Claim Procedures defining at least the procedures: a. Enrollment of new vehicles into the insurance policy b. Removal of retired vehicles from the policy including computation and reimbursement to IOM of any unused portion of the policy c. Claim procedures 3.3 Proponents who are already accredited vendors of must submit their bids containing the following: a. Official Bid using the Official Bid Template (Annex 2). Proponents may provide additional information about their proposal using their own template if the Official Bid Template does not allow them to fully explain their proposal. b. Bidder s Certification (Annex 3) c. Proposed Insurance Administration & Claim Procedures 3.4 Proponents who are not yet accredited vendors of must submit all the documents listed in Article 3.3 above along with the following additional documents: a. Vendor Information Sheet (Annex 4) b. Company Profile/Fact Sheet c. For proponents based in Haiti: Valid Patente and Quitus d. For proponents based outside Haiti: Business Permit and Insurance Commission Permit/License or equivalent permit/license issued by the government regulatory agency supervising the insurance industry 4
5 3.5 IOM reserves the right to reject any or all proposals that do not comply with this requirement. 4 Period of Validity of the Proposals 4.1 Proposals must have a minimum validity period of ninety (90) calendar days from the date of proposal opening prescribed in this document. IOM reserves the right to reject any or all proposals that do not comply with this requirement. 4.2 In exceptional circumstances, prior to expiry of the proposal validity, IOM may request the Proponents to extend the period of validity for a specified additional period of 15 calendar days. The request and the Proponents responses shall be made in writing. 5 Cost of the Bidding 5.1 Proponents shall bear all costs associated with the preparation and submission of their proposals. IOM shall not bear and responsibility and shall not be held liable for any cost the Proponents may incur while preparing their proposal, regardless of the final outcome of the bidding process. 6 Eligible Proponents 6.1 This Call for Proposals is open to insurance companies and insurance brokers based in Haiti as well as insurance companies and insurance brokers based outside Haiti, except for those who have been black listed by any UN agency. IOM reserves the right to require Proponents to submit proof that they are not among the insurers or insurance brokers blacklisted by any UN agency. 6.2 Government-owned companies in Haiti may participate only if they are legally and financially autonomous, if they operate under commercial law, and if they are not a beneficiary of IOM. Proponents shall subscribe to the declaration of ineligibility for corrupt, fraudulent and coercive practices issued by IOM in accordance with ITB Clause Proponents shall not be involved in terrorist/criminal activities or associated with individuals and/or entities associated with terrorist/criminal activities. For this purpose, Proponents must not be among those who are included in the list of entities (companies, organization or individuals) who are involved in or supporting terrorism prepared by the Committee of the UN Security Council Counter Terrorism Committee (CTC). 6.4 The Proponents should submit necessary documentary evidence of their eligibility to submit proposal in response to this Call for Proposal to the satisfaction of IOM. IOM reserves the right to ask the Proponents to submit additional documents to enable IOM to fully evaluate the eligibility of the Proponent. 7. Corrupt, Fraudulent, Collusive and Coercive Practices 7.1 IOM requires all IOM staff and all Proponents to observe the highest standard of ethics during the bidding process and in the execution of all contracts. IOM shall reject any Proposal put forward by Proponents or where applicable, terminate their contract, if it is determined that they have engaged in corrupt, fraudulent, collusive or coercive practices. In pursuance of this document, IOM defines, for the purposes of this provision, the terms set forth below as follows: corrupt practice means the offering, giving, receiving or soliciting directly or indirectly any thing of value to influence the action of the Procuring/Contracting Entity in the procurement process or in contract execution; fraudulent practice is any acts or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, the Procuring/Contracting Entity in the procurement process or the execution of a contract, to obtain a financial gain or other benefit to avoid an obligation; collusive practice is an undisclosed arrangement between two or more Proponents designed to artificially alter the results of the tender procedure to obtain a financial gain or benefit; 5
6 7.1.4 coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any participant in the tender process to influence improperly its activities in a procurement process, or after the execution of a contract. 7.2 IOM will reject a proposal for award if it determines that the Proponent recommended for award has engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question. 8. Proponents Clarification Pertaining to the Bidding Documents 8.1 All clarification regarding any provision/item in the bidding document should be sent in writing through [email protected]. IOM will respond in writing to requests for clarification received not later than 2 days before the deadline of the submission to proposals. IOM shall circulate to all Proponents, the questions/clarification request and its answers. 9. Amendment of the Bidding Documents 9.1 At any time prior to the deadline for submission of proposals, IOM, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Proponent, may modify the bidding documents by amendment. 9.2 All prospective Proponents that have received the bidding documents will be notified of the amendment in writing and will be binding on them. 9.3 In order to allow prospective Proponents reasonable time in which to take the amendment into account in preparing their proposals, IOM, at its discretion, may extend the deadline for the submission of proposals. 10. Official Language of the Bidding Process 10.1 English shall be the official language for this bidding process. All bidding documents, proposals and correspondence shall be in English. At IOM s discretion, some documents/correspondence may be translated to French. However, in case there will be discrepancies between the English and French versions of the documents/correspondence, the English version shall prevail. 11. Submission of the Proposals 11.1 Proponents shall prepare their official proposals using the official proposal template (Annex 2). All proposals must be signed by the company s officially designated representative and must be stamped with the company s official seal. Proponents may provide additional information to their proposal using their own template in case the Official Bid Template does not allow them to fully explain their offer Proponents must scan (in pdf format) all the documents they are required to submit as part of their official bid (Articles 3.2 and 3.3 for proponents who are already accredited vendors of IOM Haiti and Articles 3.2, 3.3 and 3.4 for proponents who are not yet accredited vendors of IOM Haiti) and send them as attachments to an addressed to the Chairman, Bids and Awards Committee. All proposals must be sent to secured address ([email protected]) on or before 12 noon, 14 July 2015, Eastern Daylight Time. The aforesaid secured address can only receive s with file attachment of up to 2mb only. In case the file containing the proposal will be larger than 2mb, proponents should split the file into files less than 2mb in size and send them in separate s Alternatively, proponents based in Haiti may submit their proposals in sealed envelope on or before 12 noon, 14 July 2015, Eastern Daylight Time to: The Bids & Awards Committee AD INT International Organization for Migration Rue E. Pierre 11, Zone Ambassade de Etats-Unis Tabarre 27, Port-au-Prince, Haiti Attention: Logistics & Procurement Unit 11.4 IOM reserves the right to reject any or all proposals that are compliant to these requirements. 6
7 12. Clarification of the Proposals 12.1 During the evaluation of the proposals, IOM may, at its discretion, ask Proponents for a clarification of their proposals. The request for clarification and the response shall be in writing. No change in the prices or substance of the proposal shall be sought, offered, or permitted No Proponent shall contact IOM on any matter relating to their proposal, from the date of the opening of proposals up to the time the contract is awarded Any effort by a Proponent to influence IOM in its decisions on proposal evaluation, proposal comparison, or contract award may result in the rejection of the Proponent s proposal. 13. Proposals Evaluation 13.1 IOM shall award the contract to the Proponent that offers the most favorable proposal to IOM. Specifically, proposals shall be evaluated using the following factors: Premium Rate - 25% Comprehensiveness of the Coverage - 25% Client-friendliness of the Insurance Administration Procedures - 25% Deductible - 25% 13.2 IOM reserves the right to accept or reject any or all proposals, and to annul the bidding process any time prior to contract award, without thereby incurring any liability to the affected Proponents or any obligation to inform the affected Proponents of the grounds for IOM s action. 14 Notification of Award 14.1 IOM shall issue a Notice of Award (NOA) the Company. IOM shall issue a formal PO to the winning Proponent within 3 working days from the issuance of the NOA. Prepared by: Logistics & Procurement Unit 7
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
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
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The
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
REQUEST FOR QUOTATION (RFQ) AND GENERAL INSTRUCTION TO CONTRACTORS (GIC)
REQUEST FOR QUOTATION (RFQ) AND GENERAL INSTRUCTION TO CONTRACTORS (GIC) To : Contractors Project : EPRU-02-2015 Construction of Community Evacuation Center in Barangay Campesao, City of Borongan, Eastern
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
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
SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)
S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240
Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73
Nepal Stock Exchange Limited NEPSE Singhadurbar Plaza, Kathmandu BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract
Annex I. RFP Instructions to Proposers TABLE OF CONTENTS
Annex I RFP Instructions to Proposers TABLE OF CONTENTS 1. INTRODUCTION... 3 1.1 General... 3 1.2 Eligible Proposers... 4 1.3 Cost of Proposal... 6 2. SOLICITATION DOCUMENTS... 6 2.1 Contents of Sollicitation
REQUEST FOR QUOTATIONS (RFQ) 1 AND GENERAL INSTRUCTION TO SUPPLIERS (GIS)
F17.02 28 th Floor Citibank Towers 8741 Paseo De Roxas 1226 Makati City REQUEST FOR QUOTATIONS (RFQ) 1 AND GENERAL INSTRUCTION TO SUPPLIERS (GIS) To : All Interested Suppliers Project : Stock Requisition
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER
i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:
TABLE OF CONTENTS TABLE OF CONTENTS 1.0 OBJECTIVE.1 2.0 SCOPE AND APPLICATION 2 3.0 DEFINITIONS.2 4.0 IOM GENERAL PROCUREMENT PRINCIPLES.3-5 5.
IOM GENERAL PROCUREMENT PRINCIPLES and PROCESSES for Procurement of Goods, Works & Services Field Procurement Unit December 2010 0 TABLE OF CONTENTS TABLE OF CONTENTS 1.0 OBJECTIVE.1 2.0 SCOPE AND APPLICATION
PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)
DEPARTMENT OF FINANCE PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP) ITB NO. 2014-02 (C) (RE-BID) TABLE OF CONTENTS
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
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
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
USER S GUIDE TO PREQUALIFICATION OF BIDDERS
User s Guide to Prequalification of Bidders Standard Procurement Document This publication seeks to guide borrowers on how to prepare a prequalification document based on ADB s Standard Procurement Document
SINGLE STAGE BIDDING For Supply, Installation, Customization and Automation of KALRO Business Processes (Financial Management System)
KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION HEADQUARTERS: Kaptagat Road, Loresho P.O. BOX 57811-00200 NAIROBI Telephone: 4183301-20/0722-206986/88 SINGLE STAGE BIDDING For Supply, Installation,
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...
ICT Education Capability Building in Colombia Project
B I D D I N G D O C U M E N T S ICT Education Capability Building in Colombia Project Single-Stage Two-Envelope Bidding Ministry of Education Republic of Colombia 29 October 2013 Preface i TABLE OF CONTENTS
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,
Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]
Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31 [Insert Title of Goods] 01 September, 2015 Dear Sir/Madam, Subject: Request for Quotation (RFQ) for the provision
S T A N D A R D B I D D I N G D O C U M E N T S
S T A N D A R D B I D D I N G D O C U M E N T S TENDER FOR THE DESIGN, SUPPLY, INSTALLATION AND IMPLEMENTATION OF A NEW VoIP TELEPHONY SYSTEM AND CONTACT CENTRE SOLUTION FOR ZAMTEL: [ZT/IS/TD/0006/2015]
Procurement of Provision of Computers and Computer Peripherals for CBUD cities
B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT
REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO
REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO TENDER NAME: ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REFERENCE NUMBER: CBL/FNC/8/C/TC/03/20I5
COUNTY OF TANEY, MISSOURI
COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March
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
Procurement of CONSULTING SERVICES
PHILIPPINE BIDDING DOCUMENTS Procurement of CONSULTING SERVICES Government of the Republic of the Philippines Fourth Edition December 2010 Preface These Philippine Bidding Documents (PBDs) for the procurement
TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT
BANK Of ZAMBIA Bidding Documents TENDER NO. BOZ/PC/PMS/15/2012 TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT Bank of Zambia Bank Square Cairo Road P.O. Box 30080 Lusaka 10101 ZAMBIA
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
Expression of Interest Pre-Qualification Medical Evacuation Services Ref: EOI/HMRRP/0004/2009
Date: 1 September 2009 Expression of Interest Medical Evacuation Services Ref: EOI/HMRRP/0004/2009 The International Organization for Migration (IOM), Mission with Regional Functions in Manila announces
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
REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS
1/10 REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS Delhi Development Authority Medical Cell VikasSadan,
REQUEST FOR QUOTATION (RFQ) AND GENERAL INSTRUCTION TO CONTRACTORS (GIC)
FPU.SF-19.03 REQUEST FOR QUOTATION (RFQ) AND GENERAL INSTRUCTION TO CONTRACTORS (GIC) To : Contractors Project : Construction of Puntland Immigration Headquarters in Garowe, Puntland Ref. No.: IOM/SOM/2015/PL/04/001
BIDDING DOCUMENTS (PROCUREMENT OF WORKS FOR LARGE PROJECTS)
FPU.SF-19.11 BIDDING DOCUMENTS (PROCUREMENT OF WORKS FOR LARGE PROJECTS) Humanitarian Response for Typhoon Yolanda Affected Populations in Leyte, Samar and Capiz Province CONSTRUCTION OF Pilot Evacuation
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]
B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of
B I D D I N G D O C U M E N T S Issued on: February 29, 2016 for Procurement of BACKUP SOLUTION AND OFFISITE RECOVERY SYSTEM FOR FORESTRY DEPARTMENT (FD) RFP No: Procuring Entity: Forestry Department Section
Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006
PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring
Request For Quotation (RFQ) for the purchase of GPS. RFQ No: RFQ/HTOC/95800/15-002(FP)
Request For Quotation (RFQ) for the purchase of GPS RFQ No: RFQ/HTOC/95800/15-002(FP) Request For Quotation (RFQ) for the purchase of GPS RFQ NO. RFQ/HTOC/95800/15-002(FP) Date: 6 July 2015 UNOPS is accepting
The Tender Process & Vendor Registration. Soomi Ro, Chief Logistics and Transportation Section UN Secretariat Procurement Division
The Tender Process & Vendor Registration Soomi Ro, Chief Logistics and Transportation Section UN Secretariat Procurement Division Typical Tender Process RFI / EOI Issuance of Solicitation (RFP / ITB /
PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES
PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES Plot No 1020 KISUGU- MUYENGA, P.O Box 3557, KAMAPALA, UGANDA www.mariestopes.org PREFACE Pre-qualification is a pre-tender process that provides for
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps
INVITATION TO BID: ITB 013-011
5 June 2013 INVITATION TO BID: ITB 013-011 Procurement of file server CLOSING DATE AND TIME: 12 June 2013 23:59 p.m. CET INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees
DISTRICT GOVERNMET OKARA. Tender Document For purchase of
DISTRICT GOVERNMET OKARA Tender Document For purchase of GPS BASED TRACKING AND FUEL MANAGEMENT SYSTEM FOR VEHICLES AND STATIC MACHANICAL ASSETS OF DISTRICT GOVERNMENT OKARA Note: The bidder is expected
Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016
REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS SERVICES FOR Website revamp and mobile application development IOM Cairo 47C Abu el Feda Street Zamalek, 11211 Cairo, Egypt 18/2/2016 Request for Proposals The International Organization
High Definition Video Production for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2015-01
High Definition Video Production for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2015-01 Date Issued: May 19, 2015 A. INTRODUCTION The Ontario College of Trades (the
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
TENDER NO. REA/2014-2015/NT/060
REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM Kenya Electricity Generating Company Ltd Stima Plaza,
BHUTAN POWER CORPORATION LIMITED
BHUTAN POWER CORPORATION LIMITED (Registered Office, Thimphu) Engineering, Design & Contract Department Information Technology Division THIMPHU: BHUTAN (Tender No. 03/BPC/ITD/2015/27 dated 2 nd June 2015)
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016 TENDER FOR SUPPLY, DELIVERY, ASSEMBLY, INSTALLATION, TESTING & COMMISSIONING A, 90MVA, 15/132KV, OFAF GENERATOR STEP UP TRANSFORMER FOR GITARU
FOR PROCUREMENT OF SUPPLIES, WORKS AND SERVICES. September 2011
FOR PROCUREMENT OF SUPPLIES, WORKS AND SERVICES September 2011 COUNCIL OF EUROPE DEVELOPMENT BANK GUIDELINES FOR PROCUREMENT OF SUPPLIES, WORKS AND SERVICES INTRODUCTION The Guidelines for Procurement
Procurement of Works Smaller Contracts
STANDARD BIDDING DOCUMENTS Procurement of Works Smaller Contracts The World Bank Washington, D.C. May 2004 ii Revisions The features of May 2004 Procurement Guidelines have been incorporated. iii Preface
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT
TAHOE REGIONAL PLANNING AGENCY 128 Market Street P.O. Box 5310 Phone: (775) 588-4547 Stateline, NV 89449 Stateline, Nevada 89449-5310 Fax (775) 588-4527 www.trpa.org Email: [email protected] REQUEST FOR PROPOSAL
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]
REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:
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
NATIONAL INDUSTRIAL TRAINING AUTHORITY
NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015
Errors and Omissions Statutes and Proposed Regulations
Errors and Omissions Statutes and Proposed Regulations Sec. 08.88.172. Errors and omissions insurance. [Effective March 1, 2010].. (a) A person licensed as a real estate broker, associate real estate broker,
Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office)
Certificate of Entitlement (COE) Bidding Agreement VENDOR S NAME (Addresses and details of Head Office and Branch Office) THIS PURCHASER S REQUEST AND AUTHORISATION TO BID FOR A COE AGREEMENT ("the Agreement")
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX
INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB)
KAMLA NEHRU INSTITUTE OF TECHNOLOGY, SULTANPUR (U.P.) 228118 INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB) (Up Gradation And Maintenance Of Campus Wide Networking) Advt. No:KNIT/TEQIP-II/15/02,
PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015
TENDER DOCUMENT FOR PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900
TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF
Procurement of Textbooks and Reading Materials
S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Textbooks and Reading Materials The World Bank April 2015 This document is subject to copyright. This document may be used and reproduced
Procurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P
STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement
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
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.
TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department
How To Bid For A Power Plant In India
Tender For Conducting the Security Audit of UPCL Data Center, Disaster Recovery Center and Website BY UTTARAKHAND POWER CORPORATION LIMITED DEHRADUN https://www.upcl.org Tender No: 02/R-APDRP-A/2015-16
BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER
BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise
Invitation to Bid (ITB) ITB15000677
Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS
REQUEST FOR PROPOSALS SERVICES FOR
REQUEST FOR PROPOSALS SERVICES FOR Evaluation of a A Protection Project: Supporting governmental and non-governmental partners to protect migrants human rights along the East African Route IOM Cairo 47C
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
REQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
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
KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015
ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I
REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS
REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: SR-39-H-15 NSLC Contact:
PROPOSAL COVER SHEET
PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
REQUEST FOR QUOTATION IEC Election Call Center Facilities STEP Afghanistan
From: Jaime Acosta, HQ Procurement Manager Ref: RFQ/10/23 Date: April 07, 2010 Subject: Independent Electoral Commission (IEC) - Election Call Center Facilities and Communications for Parliamentary Elections
EMPLOYEE BENEFITS LIABILITY COVERAGE
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 04 35 12 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EMPLOYEE BENEFITS LIABILITY COVERAGE THIS ENDORSEMENT PROVIDES CLAIMS-MADE COVERAGE.
Address for Communication :
For printing and supply of Calendar, 2014 AXOM SARVA SIKSHA ABHIYAN MISSION ASSAM KAHILIPARA, GUWAHATI-781019 Tender No. SSA/MDM/Calendar/2014-15/95/2014/8148 Date : 18.02.2014 INVITATION FOR TECHNICAL
Borough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: [email protected]
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
TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF
Procurement of CONSULTING SERVICES
Republic of the Philippines Department Of Environment and Natural Resources FOREST MANAGEMENT BUREAU FMB Bldg. Visayas Avenue, Diliman, 1100 Quezon City Tel. No.: (632)927-4788/ Fax No.: (632) 920-0374
Tender For Procurement of New Rebased Zambian Currency (Paper Banknotes)
ZAMBIA PUBLIC PROCUREMENT AUTHORITY (ZPPA) Bidding Documents TENDER NO. ZPPA/SP/002/2012 Tender For Procurement of New Rebased Zambian Currency (Paper Banknotes) Zambia Public Procurement Authority Red
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
