BANK OF UGANDA REPUBLIC OF UGANDA
|
|
|
- Maximillian Quinn
- 9 years ago
- Views:
Transcription
1 BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: /6 or , Telex: 61069/61344; Fax: Web site: address: EXPRESSION OF INTEREST FOR THE PROVISION OF MANAGED SECURITY SERVICES SUBJECT OF PROCUREMENT: PROCUREMENT REFERENCE NUMBER: DATE OF ISSUE: EXPRESSION OF INTEREST FOR THE PROVISION OF MANAGED SECURITY SERVICES BOU/SRVCS/15-16/00272/C March 19, 2016 Page 1 of 15
2 1. Introduction Bank of Uganda wishes to engage the services of an experienced Managed Security Services provider (MSSP), to improve security monitoring, detection, prevention and incident response. The Bank of Uganda Computing Network is comprised of its HQS campus network, with WAN links to remote branches in locations around the country. The HQS campus network is linked to the Bank s Backup Site. There are connections to the internet and VPN connections to the BOU clients. 2. Purpose This request for EOI is intended to identify highly skilled and experienced vendors that have the capacity to provide Managed Security Services to Bank of Uganda. After review and evaluation of the Proposals submitted by MSSPs, the Bank will shortlist suitable providers that will be availed detailed requirements and invited to bid for the provision of Managed Security Services. 3. Scope a) The Managed Security Services shall cover the whole Bank of Uganda Computing Network at headquarters, branches and backup sites. b) The MSSP that is ultimately selected to provide these services shall be expected to: i. Supply and install any equipment, and perform any services identified as prerequisites to the provision of Managed Security Services. ii. Provide Managed Security Services on a 24 hour-a-day, 7 days-a-week, and 365 days-ayear basis for a period of not less than one year. 4. Eligibility Requirements A Bidder, and all parties constituting the Bidder, shall meet the following criteria to be eligible to participate in this procurement; a) The bidder shall provide evidence of providing such services to financial institutions in the Africa region in the last 3 years. b) The bidder shall provide a list of at least 3 customer reference sites and contact information that BOU can use to establish the levels of customer satisfaction. c) The bidder s product should have been submitted to Gartner Magic Quadrant study no more than 3 years ago, and the solution should have featured among either the Leaders or the Challengers. d) The bidder should list any negative comments noted by Gartner and mention their action plan for addressing the comments 5. Expected Deliverables from MSSP The expected deliverables from the MSSP include but are not limited to the following: a) Protection from cyber-attacks. b) Incident detection, analysis, alerting, prevention and remediation. c) Log and event data management for the duration stipulated in the contract. Page 2 of 15
3 d) 24 hours a day, 7 days a week, 365 days of a year monitored and managed services. e) Periodic reports summarizing incidents, responses, and any other observations relevant to the services. f) Annual onsite Bank of Uganda Computing systems assessments and recommendations Detailed technical requirements for the Provision of Managed Security Services will be provided to vendors who are shortlisted as a result of this request for EOI. For the expression of interest proposal, firms are expected to demonstrate ability to Provide Managed Security Services, by providing detailed experience in having provided such services to other entities and the extent/scope of those services. The bidder should provide at least three (3) reference sites, with contact information for purposes of verification. 6. Instruction to bidders 6.1 Bidder Participation A Bidder, and all parties constituting the Bidder, shall meet the following criteria to be eligible to participate in this procurement: I. the bidder has the legal capacity to enter into a contract; II. the bidder has the following documents or equivalent a. A certificate of Incorporation /registration of the Firm or its equivalent; b. A valid Trading License of the Firm or its equivalent; c. A signed statement indicating that the vendor does not have a conflict of interest in the subject of procurement; d. Company Profile information concerning the firm s activities. e. Registered/Notarized Power of Attorney Where the business of the bidder is not registered in Uganda and a document required above is not available in the Country of the bidder, the bidder shall submit its equivalent or alternative document or statement on company letter head affirming that the document is not available in the country of the bidder. III. the bidder is not: a. insolvent; b. in receivership; c. bankrupt; or d. being wound up IV. the bidder s business activities have not been suspended by either the Public Procurement and Disposal Authority of Uganda or other International Bodies such as IMF, World Bank, UN, AfDB, etc to which Uganda is a member. V. the bidder is not the subject of legal proceedings for any of the circumstances above and VI. the bidder has fulfilled his or her obligations to pay taxes and social security contributions where applicable. This Procurement shall be conducted under the Bank of Uganda Procurement and Disposal of Assets Regulations A Bidder may be a natural person, private entity, government-owned entity, or any combination of them with a formal intent to enter into an agreement or under an existing Page 3 of 15
4 agreement in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all parties shall be jointly and severally liable. For bids submitted by an existing or intended JV, a Power of Attorney from each member of the JV nominating a Representative in the JV and a Power of Attorney from the JV nominating a representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution The Bidder shall prepare one original of each of the documents comprising the Proposal as described and clearly marked ORIGINAL. In addition, the Bidder shall submit 2 copies of the Proposal, and a soft copy on a CD or flash disk. In the event of any discrepancy between the original and the copies, the original shall prevail The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the Bidder. This authorisation shall consist of a Power of Attorney which if signed in Uganda shall be registered and if signed outside Uganda, shall be notarized and shall be attached to the bid. The name and position held by each person signing the authorisation must be typed or printed below the signature. All pages of the bid, except for unamended printed literature, shall be signed or initialled by the person signing the bid A firm that is under a declaration of suspension by any Authority, at the date of the deadline for bid submission or thereafter before contract signature, shall be disqualified Government-owned enterprises shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law Bidders shall provide such evidence of their continued eligibility satisfactory to the Procuring and Disposing Entity, as the Procuring and Disposing Entity shall reasonably request. All related supplies and staff employed under the contract shall have their origin or nationality in an eligible country. 6.2 Qualification of the Bidder To establish its qualifications to perform the Contract, the Bidder shall complete and submit: I. The Experience in providing Managed Security Services and related infrastructure detailing the scope of projects previously undertaken, the value of the contract and contact details of at least 3 entities for which similar Services were supplied. II. The information (Section 6.1) and eligibility documents detailed in section EOI preparation cost The Bidder shall bear all costs associated with the preparation and submission of the EOI. The Bank shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process All documents submitted with the EOI shall not be returnable. 6.4 Right to accept and reject any or all the EOI The Bank reserves the right to accept or reject any EOI or annul the short listing process at any time in the process. 7. Preparation and submission of EOI document 7.1 Language Page 4 of 15
5 7.1.1 All information in the EOI must be in English. Information in any other language, if not accompanied by an authenticated translation in English, shall not be considered. In the event of any discrepancy between the offer in a language other than English and its English translation, the English translation shall prevail. 7.2 Correspondences/ inquiries Any inquiries to Bank of Uganda concerning this Request for EOI shall be submitted to the Director Procurement and Disposal Department, Bank of Uganda, not later than 3.00pm (EAST) March 29, All correspondence to Bank of Uganda shall be in writing and signed by the authorized person Correspondences by fax, or any electronic/digital format shall be regarded as advance information only, which should be immediately followed by the original copy submitted by courier or registered mail Bank of Uganda responses shall be in writing on official letterhead and shall also be posted on the Bank Website ( under the Procurement tab not later than 3.00pm (EAST) March 31, Amendment of EOI Document Before the deadline for submission of EOI, the EOI document may be modified by the Bank by issuance of an Addendum Any Addendum issued shall be part of the EOI Document To give prospective Bidders reasonable time in which to take the Addendum into account in preparing their EOI, extension of the deadline for submission of EOIs may be given if considered necessary by the Bank Submission of EOI Sealed envelope(s) should be delivered to the office of the Director Procurement and Disposal Department, Bank of Uganda, Level 3 New Building-Office Suite 3E-05, marked Expression of Interest for Provision of Managed Security Services-Procurement Ref: BOU/SRVCS/15-16/00272/C, located in the Procurement and Disposal Department Office on Third Floor, Office Suite 3E-05, Bank of Uganda, Headquarters not later than 3.00pm (EST) April 07, Bidders who may wish to courier their EOI should allow for sufficient time to ensure timely receipt of their EOI Any submission made after the close of submission date and time will be rejected Bank of Uganda reserves the right to accept or reject any submission and is not bound, committed nor obliged to shortlist any provider who has expressed interest. 7.5 Evaluation For the short listing process, the Bank will determine whether each EOI is responsive to the requirements of the EOI Document. The EOI shall be considered responsive if: a) It contains all the information and documents as requested in section 6.1 below. Page 5 of 15
6 b) It contains information in formats specified in this EOI Document as per appendices attached. c) In case of the Consortium, Joint venture bid, the requirements in 6.1.2, and should be met. d) There should not be inconsistencies between the EOI and the supporting documents. e) Non responsive proposals will be rejected. Page 6 of 15
7 8 Qualification Criteria Interested Bidders should meet all the requirements in the criteria below: Section No. Criteria Documentary Evidence Weight/ Score 6.1 Eligibility a) A certificate of Incorporation /registration of the Firm or its equivalent; b) A valid Trading License of the Firm or its equivalent; c) A signed statement indicating that the vendor does not have a conflict of interest in the subject of procurement; d) Company Profile information concerning the firm s activities. e) Registered/Notarized Power of Attorney Compliant/Non- Compliant (C/NC) 7.2 Technical The Bidder has to demonstrate that he has the required capacity to carry out the project, in terms of: Proof of Authorisation by the Manufacturer for Supply, Installation, maintenance and Support of their equipment or technology where applicable. Conclusive information on the vendor s technical and human capacities, knowledge and resources. Detailed information on the qualification of the at least three key personnel available to be deployed for this project. Such evidence has to include; CV s of the project leader, project site manager and the key positions which the vendor/ contractor intends to deploy for this project. The experience and qualifications should be relevant to Provision of Managed Security Services and related infrastructure. 7.3 Technical Work orders and or completion Certificates or client certificate for completed works Name of the client organization, Name, telephone and address of the contact person. Project type and size. Project duration and budget. Location of project and year of completion. Technical details of project and technology applied, including software applications, extent of integration and complexity. Reference letters from the clients of the potential Provider or copies of the contracts or purchase orders. Bidders should provide at least 3 entities Page 7 of 15
8 Section No. Criteria Documentary Evidence Weight/ Score 7.4 Financial Strength Only work orders with relevant experience and magnitude shall be considered for evaluation. Duly audited financial statements for the last two years e.g. not earlier that 2011 showing strong liquidity, and profitability. P/F To qualify for shortlisting, a firm must have the mandatory requirements and obtain a score of at least 75% SECTION 3: TECHNICAL FORMS Forms for Personnel Form 1: Proposed Personnel Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate. 1. Title of position Name 2. Title of position Name 3. Title of position Name 4. Title of position Name 5. Title of position Name Page 8 of 15
9 Form 2: CV of Proposed Personnel The Bidder shall provide all the information requested below. Fields with Asterix (*) shall be used for evaluation. Position* Personnel information Present employment Name * Professional qualifications Name of Employer Address of Employer Date of birth Telephone Contact (manager / personnel officer) Fax Job title Years with present Employer Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From* To* Company, Project, Position, and Relevant Technical and Management Experience* Page 9 of 15
10 Form 3: Qualification Forms To establish its qualifications to perform the contract, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder: Form 3a) Bidder Information Sheet Date: Bidding No.: Invitation for Bid No.: Page of _ pages 1. Bidder s Legal Name: 2. In case of JV, legal name of each party: 3. Bidder s actual or intended Country of Registration: 4. Bidder s Year of Registration: 5. Bidder s Legal Address in Country of Registration: 6. Bidder s Authorized Representative Information Name: Telephone/Fax numbers: 7. Attached are copies of original documents of: Registration of firm named in 1, above. In case of JV, letter of intent to form JV including a draft agreement, or JV agreement In case of government owned entity from the Employer s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law. Page 10 of 15
11 Form 3b) Party to JV Information Sheet Date: Bidding No.: _ Invitation for Bid No.: Page of_ pages 1. Bidder s Legal Name: 2. JV s Party legal name: 3. JV s Party Country of Registration: 4. JV s Party Year of Registration: 5. JV s Party Legal Address in Country of Registration: 6. JV s Party Authorized Representative Information Name: Telephone/Fax numbers: 7. Attached are copies of original documents of: Certificate of Incorporation or Registration of firm named in 1, above. In case of government owned entity from the Purchaser s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law. Page 11 of 15
12 FORM 4 - Financial Analysis Historical Financial Performance Bidder s Legal Name: JV Partner Legal Name: Date: Bidding No.: Page _ of _ pages To be completed by the Bidder and, if JV, by each partner Financial information in UGX equivalent Information from Balance Sheet Total Assets (TA) Total Liabilities (TL) Net (NW) Worth Current Assets (CA) Current Liabilities (CL) Historic information for previous ( ) years (UGX equivalent in 000s) Year 1 Year 2 Year 3 Year Year n Avg. Avg. Ratio Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT) Please Attach copies of Complete Audited financial statements for the last three years. Page 12 of 15
13 Form 5 Average Annual Turnover Bidder s Legal Name: JV Partner Legal Name: Date: Bidding No.: Page _ of _ pages Annual turnover data (construction only) Year Amount and Currency UGX equivalent *Average Annual Construction Turnover *Average annual turnover calculated as total certified payments received for work in progress or completed over the number of years specified in Section III, Sub-Factor 6.3.2, divided by that same number of years. Page 13 of 15
14 FORM 6 Experience General Experience Bidder s Legal Name: _ JV Partner Legal Name: _ Date: Bidding No.: Page _ of _ pages Starting Month / Year Ending Month / Year Years* Contract Identification Role of Bidder Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: *List calendar year for years with contracts with at least nine (9) months activity per year starting with the earliest year We, the undersigned, declare that (a) the information contained in and attached to these forms is true and accurate as of the date of bid submission: Page 14 of 15
15 or [delete statement which does not apply] (b) the originally submitted pre-qualification information remains essentially correct as of the date of bid submission. Signed: [signature of person whose name and capacity are shown below] Name: [insert complete name of person signing the Qualification Form] In the capacity of [insert legal capacity of person signing the Qualification Form] Duly authorized to sign the Qualification Form for and on behalf of: [insert complete name of Bidder/Member of Joint Venture] Dated on day of, _ [insert date of signing] MANAGEMENT March 2015 Page 15 of 15
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]
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
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
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
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
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
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
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
MINISTRY OF FINANCE, PLANNING AND ECONOMIC DEVELOPMENT
REPUBLIC OF UGANDA MINISTRY OF FINANCE, PLANNING AND ECONOMIC DEVELOPMENT (The Second Financial Management and Accountability Programme) Pre-Qualification of Providers for Design, Supply, Configuration
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
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 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
EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES
The Kenya Power & Lighting Co. Ltd. EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES TENDER NO. KPLC1/5BA/42U/01/11 LIST OF CONTENTS PART I INTRODUCTION PART II SUMMARY OF THE IN-HOUSE COURSES TO
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
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
Notice of Expression of Interest for Provision of Consultancy services for Real Estate Marketing, Branding and Sale of Housing Units at Lubowa
NATIONAL SOCIAL SECURITY FUND DE POINT CONSULTANTS LIMITED Notice of Expression of Interest for Provision of Consultancy services for Real Estate Marketing, Branding and Sale of Housing Units at Lubowa
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
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
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
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
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
North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services
North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)
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,
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
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
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
PRE-QUALIFICATION OF CONSTRUCTOR FIRMS FOR CIVIL WORKS AT UET TAXILA MAIN CAMPUS AND UET TAXILA SUB CAMPUS CHAKWAL BALKASSAR SITE
PRE-QUALIFICATION OF CONSTRUCTOR FIRMS FOR CIVIL WORKS AT UET TAXILA MAIN CAMPUS AND UET TAXILA SUB CAMPUS CHAKWAL BALKASSAR SITE TABLE OF CONTENTS DESCRIPTION PAGE NO. 1.0 INTRODUCTION... 1 1.1 Advantages
1. Technical Offer Submission Sheet
8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.
Empanelment of Vendors for Load Testing
Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last
Expression of Interest (EOI) For Software Escrow Services. IDBI Bank proposes to invite response to the EOI for Software Escrow Services
Expression of Interest (EOI) For Software Escrow Services IDBI Bank proposes to invite response to the EOI for Software Escrow Services The last date for submission of application is (10 Jul 2013 3:00
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
EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing
Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last
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
INVITATION for EXPRESSION OF INTEREST. Design, Develop, Install, Commissioning and Maintenance of Web Portal for Nepal Rastra Bank (New-Site)
INVITATION for EXPRESSION OF INTEREST Design, Develop, Install, Commissioning and Maintenance of Web Portal for Nepal Rastra Bank (New-Site) Nepal Rastra Bank General Services Department Baluwatar, Kathmandu,
Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees
Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees of Forest Directorate Government of West Bengal Government of West Bengal Forest
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
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 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
COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT
COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT PREQUALIFICATION OF BIDDERS FOR PROVISION OF OFFICE MEDICAL INSURANCE SERVICES FOR THE FINANCIAL YEAR 2014-2015 BIDER S NAME:. CATEGORY NO:.. MBT/CA/50/2014-2015
1 Eligibility Criteria
1 Eligibility Criteria 1.1. The following persons/entities shall be allowed to participate in the bidding for Consulting Services: (d) (e) Duly licensed Filipino citizens/sole proprietorships; Partnerships
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
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
ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID
TENDER NO. KP4/9A/PT/04-15/17 PREQUALIFICATION TENDER COAST REGION 2015-2017 SUPPLY, REPAIR & MAINTENANCE OF AIR CONDITIONING SYSTEMS, SPLIT UNITS, FANS & WATER DISPENSERS (NOVEMBER 2014) ALL CANDIDATES
EXPRESSION OF INTEREST (EOI) Citizenship Information Management System (CIMS) Ministry of Home Affairs Singh Durbar, Kathmandu, Nepal
EXPRESSION OF INTEREST (EOI) On Citizenship Information Management System (CIMS) Ministry of Home Affairs Singh Durbar, Kathmandu, Nepal Ministry of Home Affairs Singh Durbar, Kathmandu, Nepal Government
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
هيي ة الا شغال العامة PUBLIC WORKS AUTHORITY
هيي ة الا شغال العامة PUBLIC WORKS AUTHORITY FOR PROCUREMENT OF COMPANIES/CONTRACTOR FOR QATAR PEDESTRIAN BRIDGE DESIGN AND BUILD PROGRAMME Public Works Authority PO Box 22188 Doha State of Qatar April
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
CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT
CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT REQUEST FOR PROPOSAL For Scanning, Digitization of Documents/Files along with software facility for
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract
WORKS PROCUREMENT NOTICE THE REHABILITATION OF STRAND WATER TREATMENT PLANT Location Novi Sad / Serbia
WORKS PROCUREMENT NOTICE THE REHABILITATION OF STRAND WATER TREATMENT PLANT Location / Serbia 1. Publication reference ViKNS EIB - DW / 11 W001 2. Procedure Open 3. Programme N/A 4. Financing EIB loan
Corrigendum Document. For. Selection of Agency
Corrigendum Document For Selection of Agency To Establish Comprehensive Call Centre for Department of Health & Family Welfare, Govt. of Himachal Pradesh Mission Director, National Health Mission Department
TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016
TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 LOT 2: A DIGITAL ADDRESSABLE FIRE DETECTION AND ALARM
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
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
BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)
BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) PROVISION OF MOTOR VEHICLE INSURANCE ITB No.: AD15-008-INT Prepared by Rue E. Pierre 11, Zone Ambassade de Etats-Unis Tabarre 27, Port-au-Prince, Haiti 30 June
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
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
Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business
Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business Reference Number: RFP P&D(39)/184 /2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications
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
TERMS & CONDITIONS FOR THE REPAIR AND MAINTENANCE CONTRACT
1. Tenders are invited from the firm, duly registered with the Income Tax & Sales Tax Departments. Tender will be made according to PPRA Rules 2014. 2. Firm will submit profile of infrastructure, workshop
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
Section IV. Bidding Forms
Section IV. Bidding Forms Bid Submission Sheet Table of Forms Appendix to Bid Table A. Local Currency Table B. Foreign Currency (FC) Table C. Summary of Payment Currencies Bill of Quantities - Example
PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015
PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015 1.0 INVITATION FOR PREQUALIFICATION TO TENDER FOR THE SUPPLY OF GOODS & SERVICES (One application form can only be used to apply
TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review
TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review CLOSING DATE & TIME FRIDAY, 23 JANUARY 2015 17H00 (Namibian Time) POSTAL & PHYSICAL ADDRESS
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 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
HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016
HIGHER EDUCATION LOANS BOARD HELB/T/09/2015-2016 PROVISION OF AIR CONDITIONING INSTALLATIONS FOR THE INTERIOR FIT OUT OF MEZZANINE FLOOR AND REDESIGN OF MAIN BOARDROOM TENDER CLOSING DATE: WEDNESDAY 18
Guidelines for Setting Up of Private Power Projects Under Short Term Capacity Addition Initiative AUGUST 2010 Private Power and Infrastructure Board Ministry of Water & Power Government of Pakistan PART
PART I - Eligibility Documents. 1 P a g e
PROPOSED PORT ZONE DELINEATION (PZD) SURVEY FOR PORTS UNDER PMO-ZAMBOANGA Zamboanga, Pagadian, Malangas, Basilan (Isabela City), Ipil, Margosatubig, Lintugop, Olutanga(Solar), and Balas PART I - Eligibility
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY TENDER NO. NCA/T/7/2015-2016 OCTOBER, 2015 1 Table of Contents Page
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
ATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2015 2017
PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2015 2017 1.0 INVITATION FOR PREQUALIFICATION TO TENDER FOR THE SUPPLY OF GOODS & SERVICES. (One application form can only be used to apply
REF: UNDP-TUR-ITB-PROJ(SFM)-2015/02
INVITATION TO BID Procurement of Laboratory Equipment and Supplies for Forest Pest Control Integrated Approach to Management of Forests in Turkey, with Demonstration in High Conservation Value Forests
KENYA NATIONAL BUREAU OF STATISTICS P.O. BOX 30266-00100 NAIROBI TENDER NO. KNBS/T/30/2015-2016 FOR PROVISION OF GOOGLE APP E-MAIL SERVICES
KENYA NATIONAL BUREAU OF STATISTICS P.O. BOX 30266-00100 NAIROBI TENDER NO. KNBS/T/30/2015-2016 FOR PROVISION OF GOOGLE APP E-MAIL SERVICES CLOSING DATE 5 TH JANAUARY, 2016 AT: 10.00 A.M TABLE OF CONTENTS
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy
For providing Facility Management Services of IT Infrastructure at College of Engineering Pune
College of Engineering Pune-411 005 INVITATION OF TENDER For providing Facility Management Services of IT Infrastructure at College of Engineering Pune Cost of document Rs. 500/- Page 1 of 12 COLLEGE OF
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
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
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
REC Power Distribution Company Limited. No. RECPDCL/CM/Tech(Vol-I)/6/EOI. Notice Inviting Expression of Interest (EoI) For
REC Power Distribution Company Limited No. RECPDCL/CM/Tech(Vol-I)/6/EOI Notice Inviting Expression of Interest (EoI) For Empanelment of Consultants for Systems Improvement Study/Project Consulting/Detailed
REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018
REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 PREQUALIFICATION OF BIDDERS FOR PROVISION OF SOFTWARE SYSTEM SERVICES, WEBSITE MANAGEMENT AND MAINTENACE
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply
EXPRESSION OF INTEREST FOR PRE-QUALIFICATION PROCESS TO HIRE INDEPENDENT AUDITORS
EXPRESSION OF INTEREST FOR PRE-QUALIFICATION PROCESS TO HIRE INDEPENDENT AUDITORS FOR CONDUCTION OF AUDIT OF 35 DISEASE DIAGNOSTIC LABORATORIES WORKING UNDER LIVESTOCK AND DAIRY DEVELOPMENT DEPARTMENT,
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
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:
Expression of Interest for Empanelment Of Film Producer/ Film Production Agency
Axom Sarba Siksha Abhiyan Mission Kahilipara, Guwahati -19 EOI No.SSA/CP/RTE-Campain-52/2011/PT/4923 Date : 08.10.2012 DOCUMENT Expression of Interest for Empanelment Of Film Producer/ Film Production
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:
WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)
WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,
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
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,
EXPRESSION OF INTEREST. for. Reconciliation System
EXPRESSION OF INTEREST for Reconciliation System May 2015 (K-REP Bank reserves the right to cancel this request for EOI and / or invite afresh with or without amendments to this request for EOI, without
KERIO VALLEY DEVELOPMENT AUTHORITY
KERIO VALLEY DEVELOPMENT AUTHORITY TENDER NO.: KVDA/T/14/2015-2016 FOR PROVISION OF GROUP PERSONAL ACCIDENT INSURANCE COVER FOR STAFF Receipt No. Tender Reg. No CLOSING DATE 26 TH JUNE, 2015 AT 10.00 AM
BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS
EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG Employment and Social Legislation, Social Dialogue Labour Law BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San
