Request for proposals (RFP)

Size: px
Start display at page:

Download "Request for proposals (RFP)"

Transcription

1 CSIR TENDER DOCUMENTATION Request for proposals (RFP) South African National Research Network (SANReN) Phase 3.2: Cape Town IS-Bree to Yzerfontein WACS Cable Landing Station Link RFP No. 656/06/11/2015 Date of issue Friday, 02 October 2015 Compulsory briefing session Friday, 09 October :00 at CSIR Meraka Institute Closing date and time Friday, 06 November 2015 at 16:30 Place Tender box, CSIR Main Reception, Gate 3 ( North Gate) Enquiries Strategic Procurement Unit tender@csir.co.za CSIR business hours 08:00 16:30 Category Computer Equipment

2 TABLE OF CONTENTS 1 INTRODUCTION 5 2 BACKGROUND 5 3 INVITATION FOR PROPOSAL 5 4 REQUIREMENT LEVEL KEYWORDS 6 5 VENUE FOR PROPOSAL SUBMISSION 6 6 TENDER PROGRAMME 6 7 PROPOSAL SPECIFICATION 7 8 SUBMISSION OF PROPOSALS 12 9 DEADLINE FOR SUBMISSION PROCEDURAL ELIMINATION CRITERIA EVALUATION PROCESS AND CRITERIA PRICING PROPOSAL VALIDITY PERIOD OF PROPOSAL APPOINTMENT OF SERVICE PROVIDER ENQUIRIES AND CONTACT WITH THE CSIR MEDIUM OF COMMUNICATION COST OF PROPOSAL CORRECTNESS OF RESPONSES VERIFICATION OF DOCUMENTS SUB-CONTRACTING ENGAGEMENT OF CONSULTANTS TRAVEL EXPENSES ADDITIONAL TERMS AND CONDITIONS CSIR RESERVES THE RIGHT TO: DISCLAIMER 22 DECLARATION BY TENDERER 23 CSIR RFP No. 656/06/11/2015 Page 2 of 23

3 Glossary Abbreviation Term Description B-BBEE CSIR DST Broad-Based Black Economic Empowerment Council for Scientific and Industrial Research Department of Science & Technology A term describing South African Government Policy regarding the economic upliftment of persons previously excluded from involvement in the economy of South Africa A statutory body established in terms of Scientific Research Council Act 46 of 1988, as amended GIS Geographic Information System A system designed to capture, store, manipulate and visualise spatial or geographic data ITU International Telecommunication Union LC/APC Lucent/Little/Local Connector - Angled Physical Contact Fibre optic connector of the LC type with angle-polishing on fibre endface. MTTR NREN Mean Time To Repair National Research and Education Network ODF / O(F)DF Optical (Fibre) Distribution Frame A passive device where optical fibre is terminated. This is done in such a way that the client can easily and arbitrarily interconnect with the fibre. POP/PoP Point of Presence RFP Request for Proposal A request for organisations and companies to submit a proposal to supply goods and services to CSIR CSIR RFP No. 656/06/11/2015 Page 3 of 23

4 Abbreviation Term Description SANReN South African National Research Network The South African National Research Network (SANReN) is a high-speed network dedicated to science, research, education and innovation traffic. Definition of Terms Term Attenuation Chromatic Dispersion Polarization mode dispersion Definition Gradual loss in intensity of light through the fibre-optic medium. Specified in decibel for light at a specific wave-length. The phenomenon where the phase and group velocity of light in an optical fibre is dependent on the frequency of the light. When different polarizations of light travel at different speeds due to imperfections and asymmetries in the optical fibre, results in spreading of optical pulses. CSIR RFP No. 656/06/11/2015 Page 4 of 23

5 1 INTRODUCTION The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific research and technology development organisations in Africa. In partnership with national and international research and technology institutions, CSIR undertakes directed and multidisciplinary research and technology innovation that contributes to the improvement of the quality of life of South Africans. The CSIR s main site is in Pretoria while it is represented in other provinces of South Africa through regional offices. 2 BACKGROUND The CSIR is mandated to connect all research and higher education institutions through the SANReN high speed network. The SANReN Network is currently connected to the West Africa Cable System (WACS) via a 20Gbps managed bandwidth link that is on a short term lease. This link is from the SANReN PoP at IS-Bree Cape Town to the WACS cable landing station in Yzerfontein. A decision was taken that the current managed bandwidth link should be replaced by a dark fibre link due to the flexibility of changing capacity on dark fibre and the long-term cost effectiveness of dark fibre. The CSIR has been issued with a Licence Exemption in terms of the regulations for Licence exemption as defined in the Electronic Communications (EC) Act no 36 of 2005, for the establishment of SANReN. This licence exemption entitles the CSIR to build and acquire its own communications infrastructure, or to lease connectivity and capacity from licensed telecommunications operators holding ECNS licences issued in term of the EC Act. 3 INVITATION FOR PROPOSAL Proposals are hereby invited for the supply of a dark fibre link from IS-Bree in Cape Town to the WACS Landing Station in Yzerfontein and hosting space for the SANReN networking equipment at or near the WACS Landing Station. CSIR RFP No. 656/06/11/2015 Page 5 of 23

6 4 REQUIREMENT LEVEL KEYWORDS To eliminate ambiguity, respondents are to interpret the meaning of functional (technical) requirements using the keywords; "must", "must not", "required", "shall", "shall not", "should", "should not", "recommended", "may", and "optional", as defined by the IETF RFC (Request For Comments) document designated as RFC2119. A copy of RFC 2119 is attached as Annexure A - RFC VENUE FOR PROPOSAL SUBMISSION All proposals must be submitted at: CSIR GATE 03 - Main Reception Area (in the Tender box) at the following address: Council for Scientific and Industrial Research (CSIR) Meiring Naudé Road Brummeria Pretoria 6 TENDER PROGRAMME The tender program, as currently envisaged, incorporates the following key dates: Issue of tender documents: Friday, 02 October 2015 Date: Friday, 09 October 2015 Compulsory briefing session: Time: 10:00 12:00 Location: CSIR Meraka Institute, Building 43 Venue: Auditorium Electronic versions of checklists as well as compliance and pricing matrices that must be completed can be downloaded from the CSIR s tender website. Closing date for receiving questions Friday, 23 October 2015 at 16:30 Closing / Submission date: Friday, 06 November 2015 at 16:30 Estimate appointment date of successful tenderer: 29 February 2016 Estimated contract duration 15 Years CSIR RFP No. 656/06/11/2015 Page 6 of 23

7 7 PROPOSAL SPECIFICATION All proposals are to be submitted in a format specified in this tender document. 7.1 Functional Specifications Overall Requirements Bidders are invited to offer a dark fibre-optic solution that will allow SANReN to transmit multiple wavelengths of bit rate of at least 100Gbps between the end points specified below. The bidders must ensure that their solution adheres to all the requirements specified in the sections that follow. Bidders must be cognisant of the following: The routing of the fibre will be dependent on the bidder's available infrastructure, and the bidder must ensure that it is optimised for minimum total distance; Maps indicating the proposed routes in electronic GIS format must be provided, as well as diagrams annotated with sufficient detail to allow the CSIR to identify any and all shared infrastructure components, including the physical location of cable routes and ODFs (fibre optic patch panels), so that SANReN may independently determine where such locations are shared with other providers (e.g. a cable in the same road reserve, or ODF in the same building) that SANReN could be obtaining services from; Bidders must include documentation for the physical installation and optical engineering standards used, as well the specifications of the fibre optic cable itself and the ODF to be installed at each site; If the bidder intends to build a new route, SANReN expects the bidder to conduct a desktop study to plan for the required solution; and The duration of the contract must be for 15 years. CSIR RFP No. 656/06/11/2015 Page 7 of 23

8 7.1.2 Design specifications Context The following diagram summarises the requirements for this Tender. SANReN will use dark fibre between the endpoints detailed below to deliver the capacity that it has procured on the WACS undersea cable to the research and educational institutions that it serves End Points The bidder must provide dark fibre between the two end points specified below in Table 1. The address, coordinates and site contacts for each end point is provided. Table 1: End Point Addresses End Point Address Co-ordinates Contact details Yzerfontein WACS Submarine Cable Station Erf No: 560/36 West Coast R315 Yzerfontein Latitude: Longitude: Melkbosstrand (MLK) (24 hours 7 days a week) Yzerfontein (YZF) (09:00 15:00) CSIR RFP No. 656/06/11/2015 Page 8 of 23

9 IS Bree Cape Town The Terraces 11th Floor, 34 Bree Street, Cape Town Latitude: Longitude: Len Lotz (from TENET) will arrange access if required Hosting space The bidder must be able to provide hosting facilities at or near the Yzerfontein landing station. SANReN will host its own equipment at this facility. Bidders have two (2) options: Option 1: Provide hosting space at the Yzerfontein landing station. Option 2: Provide hosting space at a facility near (within 10km) the Yzerfontein landing station. SANReN will prefer Option 1, however, as both options are functionally acceptable, a bidder will not be penalised for offering either option WACS Cross-connections If the bidder s equipment hosting space (provided to SANReN) at Yzerfontein is not located in the WACS cable station itself (Option 2 above), the bidder must provide for fibre-optic crossconnections to the WACS terminal equipment. Regardless of the location of the SANReN equipment, the bidder must also facilitate access to cross-connections provided by the landing station operator inside the WACS cable landing station. Where cross-connections rely on any infrastructure not provided by the landing station operator (e.g., provided by the bidder, or a third party), which may include any cabling outside the landing station, the respondent must offer access to at least 12, but preferably up to 96 fibre optic pairs for the purpose of such cross-connections. In this case, the bidder must offer support and maintenance for the portion of infrastructure it provides as part of its bid, and the demarcation points and fault handling procedure for cross-connect failures must be clearly described. The end-to-end optical fibre distance of such cross-connections may not exceed 10km. Note that the end-to-end connection would be from the SANReN fibre demarcation where equipment hosting is provided, to the WACS terminal equipment, and includes slack, patch cables and all fibre spans inside the WACS cable station Fibre pairs The bidder must offer four (4) single-mode optic fibre cores between Yzerfontein and Cape Town. Additional offers for more cores can be provided. CSIR RFP No. 656/06/11/2015 Page 9 of 23

10 Fibre related requirements Bidders shall provide either G.655 or G.656 fibre in compliance to the cable specifications specified by the ITU. Over and above the requirements detailed in the ITU specifications, the CSIR expects the provided fibre to be on par with current industry norms regarding long haul dark fibre. In particular, the provided fibre needs to comply to the following requirements: Table 2: Attenuation Wavelength 1550 nm < nm <0.22 Expected Value (db/km) Table 3: Chromatic Dispersion Wavelength 1550 nm nm Expected Value (ps/(nm.km)) Table 4: Polarization mode dispersion <0.06 Expected Value (ps / ) Termination Details Bidders must provide information on how the fibre cores will be terminated. The make and model details of fibre patch panels must be provided. The connector specifications and type must be provided. SANReN requires the use of LC/APC connectors on the link from Cape Town to Yzerfontein, and LC/PC connectors for all landing station cross-connections. All terminated spans must be clearly and accurately labelled. Sufficient Fibre slack must be provided for at all points where the fibre connects to a patch panel Build Specifications Route Bidders shall provide the details of the planned/actual route, listing at least: The planned/actual route details A route GIS file in ESRI Shapefile or KML format Information about the way leaves obtained or the application forms Details of any EIA studies underway or required Any mission critical construction points such as river crossings, road crossings etc. CSIR RFP No. 656/06/11/2015 Page 10 of 23

11 7.1.4 Acceptance Documentation In accepting a link, SANReN will require the following document: Test results (ATPs) for the link The bidders must provide examples of similar documents that they have provided to other clients Test results The test results are to be provided for each fibre pair. A sample of the test result documentation must be provided. The following information must be included on the Test Result Sheet / Acceptance Test Sheet: Fibre pair number Attenuation figures and return loss specifications and results. Chromatic and Polarisation Mode Dispersion measurements Hosting and power requirements The supplier is expected to provide the following hosting space requirements over the duration of the link maintenance contract at the WACS Cable Landing Station in Yzerfontein or within a reasonable distance of the Landing station (the physical distance must include a margin to permit the bidder to meet the absolute maximum optical fibre length requirement for cross-connection specified in section ). The proposal must be inclusive of 20U rack space including power supply. The hosting space must supply 1KW of protected power and cooling capacity Reliability Network Management Facilities End-to-end fibre maintenance services must be offered, i.e. the supplier must maintain the fibre on CSIR s behalf. As such, all bids must include an SLA (Service Level Agreement) as part of its solution. Bidders shall provide the details of the service levels offered. Bids received without SLA options will be eliminated. The service level details required are: Mean Time To Repair (MTTR) information; Fault Response Times; Maintenance options such as 24x7x365; Same day response, Working day response only, etc; Fault Logging Procedures offered; CSIR RFP No. 656/06/11/2015 Page 11 of 23

12 Maintenance down time procedures and advance warning procedures; Fault Monitoring and Alerting capability; Scheduled reporting of incidents & performance measurements offered; Technical support personnel locations for the link/s; Maximum restoration times offered; and Customer responsibilities indicated. The bidder must specify whether the link being provided in this tender will be actively monitored or not. If the link is actively monitored, SANReN or a SANReN designated party should have access to this system to aid with fault monitoring and logging. 8 SUBMISSION OF PROPOSALS 8.1 All proposals are to be sealed. No open proposals will be accepted. 8.2 All proposals are to be clearly marked with the RFP number and the name of the tenderer on the outside of the main package. Proposals must consist of two parts, each of which is placed in a separate sealed package clearly marked: PART 1: Technical Proposal: RFP No.: 656/06/11/2015 PART 2: Pricing Proposal, B-BBEE and other Mandatory Documentation: RFP No.: 656/06/11/ Proposals submitted by companies must be signed by a person or persons duly authorised. 8.4 The CSIR will award the contract to qualified tenderer(s) whose proposal is determined to be the most advantageous to the CSIR, taking into consideration the technical (functionality) solution, price and B-BBEE. 8.5 References to online content will be ignored; as such content can change after the submission deadline. 9 DEADLINE FOR SUBMISSION Proposals shall be submitted at the address mentioned above no later than the closing date of Friday, 06 November 2015 during CSIR s business hours. The CSIR business hours are between 08h00 and 16h30. CSIR RFP No. 656/06/11/2015 Page 12 of 23

13 Where a proposal is not received by the CSIR by the due date and time, it will be regarded as a late tender. Late tenders will not be considered. 10 PROCEDURAL ELIMINATION CRITERIA Proposals will be eliminated under the following general conditions: Submission after the deadline; Proposals submitted at incorrect location. 11 EVALUATION PROCESS AND CRITERIA 11.1 Evaluation of proposals All proposals will be evaluated by an evaluation team for functionality, price and B-BBEE. Based on the results of the evaluation process and upon successful negotiations, the CSIR will approve the awarding of the contract to successful tenderers. A two-phase evaluation process will be followed. The first phase includes functionality, local production and content. The second phase includes the evaluation of price and B-BBEE status. Pricing Proposals will only be considered after functionality phase has been adjudicated and accepted. Only proposals that achieved the specified minimum qualification scores for functionality will be evaluated further using the preference points system Preference points system The 90/10 preference point system will be used where 90 points will be dedicated to price and 10 points to B-BBEE status The functionality evaluation criteria will be based on the following: Proposals with functionality points of less than the pre-determined minimum overall percentage of 70% and less than each specific minimum in the Functional Compliance Matrix on any of the individual criteria will be eliminated from further evaluation. CSIR RFP No. 656/06/11/2015 Page 13 of 23

14 Tender Compliance Matrix The bidder must complete the Tender Compliance Matrix in accordance with the instructions tabled below: a. Each and every paragraph in this tender document must be acknowledged as per the Tender Compliance Matrix (in spreadsheet format) provided in, Tender Compliance Matrix spreadsheet. b. The format of the tender compliance matrix is specified in the Table 5 below. Adherence to the format for the compliance matrix is compulsory. c. The Tender Compliance Matrix is a summary of the submission, designed to facilitate evaluation. Bidders are encouraged to provide supporting documentation separately. Refer to the examples in Table 5 and Table 6, below for acceptable responses. Table 5: Tender Compliance Matrix Tender Paragraph Number 1.0 Description Category Response Comments Paragraph Heading 1.1 Information Noted Mandatory Comply Do not comply Partial Compliance Bidders are not expected to respond to these items unless they wish to provide commentary Compliance must be motivated. References to detailed motivations must be provided. Reasons for non-compliance must be provided and provide references Motivate non-compliance and provide references d. Paragraphs marked Information in the category column may simply be noted. Tenderers may however comment should they wish to do so, however, no points will be awarded for this information. e. Paragraphs marked Mandatory in the category column must be completed and if necessary, the response must be qualified in the comments column. f. The definitions of the terms used in the compliance matrix are specified in the Table 6 below: CSIR RFP No. 656/06/11/2015 Page 14 of 23

15 Table 6: Compliance Definitions Response Meaning Comments Reserved for information paragraphs and paragraphs only. It is not Noted Information paragraph acceptable to use this response when the intent is for the bidder to provide conformance information Comply Partial Compliance Do Not Comply Comply in all respects Comply in some respects Do not comply No qualifications allowed. Compliance must be motivated. A simple Comply is not an acceptable response. Provide references. Aspects not complied with must be specified and explained. Provide references. Reasons for non compliance must be explained. Provide references Functional Compliance Matrix The functional proposal shall be completed in accordance with the instructions below: 1 The Functional Compliance Matrix is a mandatory submission designed to facilitate evaluation. 2 The Functional Compliance Matrix (in spreadsheet format) is tabled in the Functional Compliance Matrix spreadsheet. 3 Adherence to the format of the compliance matrix is compulsory. 4 The Functional Compliance Matrix is a summary of the submission. Bidders are encouraged to provide supporting documentation separately. 5 Table 7 below shows the main fields in the Functional Compliance Matrix and describes how typical functional criteria will be presented to the bidder. Table 7: Fields in the Functional Compliance Matrix for General Criteria Criterion Name Required Response Evaluation Method Response Score Column will contain the name of the criterion being evaluated Column will describe the response that SANReN expects Column will describe how SANReN will evaluate the response The Bidder will have to select between: Comply Partial Compliance Do not comply Based on the response and the evidence provided, SANReN will issue a score of either 0, 5, 9, or 10. (Described in more detail below) CSIR RFP No. 656/06/11/2015 Page 15 of 23

16 6 Individual criteria are grouped together under common groupings. 7 Proposals with a weighted functionality score of less than the pre-determined minimum overall percentage of 70% and less than each specific minimum in the Functional Compliance Matrix on any of the individual groupings will be eliminated from further evaluation. 8 Scores will be awarded for each criterion based on the following flow-chart: 9 The tenderer shall prepare for a possible presentation should CSIR require such and the tenderer shall be notified timeously Technical Elimination Criteria Over and above the evaluation of general criteria detailed above, SANReN has included a list of Technical Elimination Criteria. Failure to comply with these criteria will lead to the proposals automatically failing the functional evaluation. Table 8 below shows the main fields in the Functional Compliance Matrix and describes how technical elimination criteria will be presented to the bidder. CSIR RFP No. 656/06/11/2015 Page 16 of 23

17 Table 8: Fields in the Functional Compliance Matrix for Technical Elimination Criteria Criterion Name Required Response Evaluation Method Response Sub-minimum met? Column will contain the name of the technical elimination criterion being evaluated Column will describe the response that SANReN expects Column will describe how SANReN will evaluate the response The Bidder will have to select between: Yes No The bidder will pass if they respond with a yes, and will fail if the respond with a no Mandatory Documentation required for Tender Submissions The following mandatory documentation will be required in the proposal and before any negotiations will start with the potential winning bidder or before any contract / order will be awarded: Tender Compliance Checklist; Declaration of Interest Form; Tender Compliance Matrix; Functional Compliance Matrix; Pricing Schedule; Completed CSIR Supplier Registration Form (if not registered with CSIR), alternatively, provide the CSIR Vendor number; Original valid Tax Clearance Certificate or Letter of Good standing issued by SARS (RSA suppliers only); Original or certified copy of B-BBEE certificate; (RSA suppliers only); Proof of company registration. (CK2 form) (RSA suppliers only); and Any other documentation required specific to this tender. 12 PRICING PROPOSAL 12.1 Pricing Schedule Matrix is a mandatory submission designed to facilitate evaluation. Separate pricing must be provided for each option offered to ensure that pricing comparisons are clear and unambiguous Price needs to be provided in South African Rand (excl. VAT), with details on price elements that are subject to escalation and exchange rate fluctuations clearly indicated. CSIR RFP No. 656/06/11/2015 Page 17 of 23

18 12.3 Price should include additional cost elements such as freight, insurance until acceptance, duty where applicable Price should indicate the Rand/Dollar exchange rate and the cost of the forward cover valid for SIX (6) months from the date of the proposal Only firm prices* will be accepted during the tender validity period. Non firm prices** (including prices subject to rates of exchange variations) will not be considered. *Firm price is the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax which, in terms of a law or regulation is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract; **Non-firm price is all prices other than firm prices Payment will be according to the CSIR Payment Terms and Conditions. 13 VALIDITY PERIOD OF PROPOSAL 13.1 Each proposal shall be valid for a minimum period of SIX (6) months calculated from the closing date. 14 APPOINTMENT OF SERVICE PROVIDER 14.1 The contract will be awarded to the tenderer who scores the highest total number of points during the evaluation process, except where the law permits otherwise Appointment as a successful service provider shall be subject to the parties agreeing to mutually acceptable contractual terms and conditions. In the event of the parties failing to reach such agreement, the CSIR reserves the right to appoint an alternative supplier. 15 ENQUIRIES AND CONTACT WITH THE CSIR 15.1 Any enquiry regarding this RFP shall be submitted in writing to CSIR at tender@csir.co.za with RFP No 656/06/11/2015- SANReN Phase 3.2: Cape Town IS-Bree to Yzerfontein WACS Cable Landing Station Link as the subject. CSIR RFP No. 656/06/11/2015 Page 18 of 23

19 15.2 Any other contact with CSIR personnel involved in this tender is not permitted during the RFP process other than as required through existing service arrangements or as requested by the CSIR as part of the RFP process. 16 MEDIUM OF COMMUNICATION All documentation submitted in response to this RFP must be in English. 17 COST OF PROPOSAL Tenderers are expected to fully acquaint themselves with the conditions, requirements and specifications of this RFP before submitting proposals. Each tenderer assumes all risks for resource commitment and expenses, direct or indirect, of proposal preparation and participation throughout the RFP process. The CSIR is not responsible directly or indirectly for any costs incurred by tenderers. 18 CORRECTNESS OF RESPONSES 18.1 The tenderer must confirm satisfaction regarding the correctness and validity of their proposal and that all prices and rates quoted cover all the work/items specified in the RFP The prices and rates quoted must cover all obligations under any resulting contract The tenderer accepts that any mistakes regarding prices and calculations will be at their own risk. 19 VERIFICATION OF DOCUMENTS 19.1 Tenderers should check the numbers of the pages to satisfy themselves that none are missing or duplicated. No liability will be accepted by the CSIR in regard to anything arising from the fact that pages are missing or duplicated One hard copy and one electronic copy (CD or USB memory key) of each proposal must be submitted. In the event of a contradiction between the submitted copies, the hard copy shall take precedence ed proposal submissions will not be accepted Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a separate document and no such information should be available in the technical proposal. CSIR RFP No. 656/06/11/2015 Page 19 of 23

20 19.5 If a courier service company is being used for delivery of the proposal document, the RFP description must be endorsed on the delivery note/courier packaging to ensure that documents are delivered to the tender box, by the stipulated due date. 20 SUB-CONTRACTING 20.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender documents that such a tenderer intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has the capability and ability to execute the sub-contract A tenderer awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an exempted micro enterprise that has the capability and ability to execute the sub-contract. 21 ENGAGEMENT OF CONSULTANTS The consultants will only be remunerated at the rates: 21.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered Accountants (SAICA); or 21.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public Service and Administration (DPSA); or 21.3 Prescribed by the body - regulating the profession of the consultant. 22 TRAVEL EXPENSES 22.1 All travel expenses for the CSIR s account, be it directly via the CSIR s travel agent or indirectly via re-imbursements, must be in line with the CSIR s travel policy. The following will apply: 22.2 Only economy class tickets will be used A maximum of R1300 per night for accommodation, dinner, breakfast and parking will be allowed No car rentals of more than a Group B will be accommodated. CSIR RFP No. 656/06/11/2015 Page 20 of 23

21 23 ADDITIONAL TERMS AND CONDITIONS 23.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any time prior to this request, are still available to CSIR, and shall consequently not make any reference to such information document in its response to this request Copies of any affiliations, memberships and/or accreditations that support your submission must be included in the tender In case of proposal from a joint venture, the following must be submitted together with the proposal: Joint venture Agreement including split of work signed by both parties; The original or certified copy of the B-BBEE certificate of the joint venture; The Tax Clearance Certificate of each joint venture member; Proof of ownership/shareholder certificates/copies of Identity document; and Company registration certificates An omission to disclose material information, a factual inaccuracy, and/or a misrepresentation of fact may result in the disqualification of a tender, or cancellation of any subsequent contract Failure to comply with any of the terms and conditions as set out in this document will invalidate the Proposal. 24 CSIR RESERVES THE RIGHT TO: 24.1 Extend the closing date; 24.2 Verify any information contained in a proposal; 24.3 Request documentary proof regarding any tendering issue; 24.4 Give preference to locally manufactured goods; 24.5 Appoint one or more service providers, separately or jointly (whether or not they submitted a joint proposal); CSIR RFP No. 656/06/11/2015 Page 21 of 23

22 24.6 Award this RFP as a whole or in part; and 24.7 Cancel or withdraw this RFP as a whole or in part. 25 DISCLAIMER 25.1 This RFP is a request for proposals only and not an offer document. Answers to this RFP must not be construed as acceptance of an offer or imply the existence of a contract between the parties. By submission of its proposal, tenderers shall be deemed to have satisfied themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes no representation, warranty, assurance, guarantee or endorsements to tenderer concerning the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall have no liability towards the tenderer or any other party in connection therewith. CSIR RFP No. 656/06/11/2015 Page 22 of 23

23 DECLARATION BY TENDERER Only tenderers who completed the declaration below will be considered for evaluation. RFP No. 656/06/11/2015 I hereby undertake to render services described in the attached tendering documents to CSIR in accordance with the requirements and task directives / proposal specifications stipulated in RFP No. 656/06/11/2015 at the price/s quoted. My offer/s remains binding upon me and open for acceptance by the CSIR during the validity period indicated and calculated from the closing date of the proposal. I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the price(s) and rate(s) quoted cover all the services specified in the proposal documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this proposal as the principal liable for the due fulfilment of this proposal. I declare that I have no participation in any collusive practices with any tenderer or any other person regarding this or any other proposal. I accept that the CSIR may take appropriate actions, deemed necessary, should there be a conflict of interest or if this declaration proves to be false. I confirm that I am duly authorised to sign this proposal. NAME (PRINT):.. CAPACITY:. SIGNATURE:.. WITNESSES.. DATE: NAME OF FIRM:. DATE: CSIR RFP No. 656/06/11/2015 Page 23 of 23

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015 Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,

More information

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project CSIR TENDER DOCUMENTATION Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project RFP No. 667/30/10/2015 Date

More information

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

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

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) The provision of professional property management advisory, lease management and tenant relationship management services to the CSIR RFP No.: 3025/18/03/2016 Date of Issue Friday,

More information

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

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

More information

T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON

T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS

More information

Request for Proposal (RFP) The Management of CSIR Records. RFP Number: 336/30/05/2014 - Rev

Request for Proposal (RFP) The Management of CSIR Records. RFP Number: 336/30/05/2014 - Rev Request for Proposal (RFP) The Management of CSIR Records RFP Number: 336/30/05/2014 - Rev Date of Issue 11 May 2014 Compulsory Briefing Session Closing Date and Time Place 15 May 2014 at Building 22 Central

More information

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 [View Regulation] [ASSENTED TO 2 FEBRUARY, 2000] [DATE OF COMMENCEMENT: 3 FEBRUARY, 2000] (English text signed by the President) ACT To give

More information

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

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

More information

Request for Proposals (RFP) The Provision of Fleet Management Services (full maintenance lease) to CSIR. RFP No. 373/05/09/2014

Request for Proposals (RFP) The Provision of Fleet Management Services (full maintenance lease) to CSIR. RFP No. 373/05/09/2014 Request for Proposals (RFP) The Provision of Fleet Management Services (full maintenance lease) to CSIR RFP No. 373/05/09/2014 Date of Issue: 19 August 2014 Closing Date and Time: 05 September 2014 at

More information

T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON

T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION

More information

Eskom Holdings SOC Ltd s Standard Conditions of Tender

Eskom Holdings SOC Ltd s Standard Conditions of Tender 1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.

More information

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

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

More information

REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013

REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013 REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013 1. PURPOSE The South African Heritage Resources Agency (SAHRA) invites suitably qualified service providers to submit

More information

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT INVITATION TO TENDER Group technology & Commercial Volume 1: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION SHORT INVITATION TO TENDER FOR A PROPOSED BETWEEN: ESKOM HOLDINGS SOC LTD AND THE OR FOR (the

More information

ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT14 2014 DATE)

ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT14 2014 DATE) QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30

More information

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000 IMPLEMENTATION GUIDE PREFERENTIAL PROCUREMENT REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000 1 December 2011 1 TABLE OF CONTENTS PART ONE GENERAL 1.

More information

Records Information Management System Development and Implementation

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

More information

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

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

More information

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES Request for formal written price quotations Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES The Johannesburg

More information

SPECIAL CONDITIONS OF CONTRACT RT20-2015

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

More information

CLIENT / PROJECT MANAGER AGREEMENT

CLIENT / PROJECT MANAGER AGREEMENT Authorship of this work is claimed by The Association of Construction Project Managers and any unauthorised reproduction constitutes an infringement in terms of the Copyright Act No 98 of 1978. CLIENT

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

Terms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013

Terms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013 Terms of Reference for Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013 Issue Date: 15 November 2013 Closing Date: 06 December 2013 1 Request for Proposal Organisation

More information

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

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

More information

Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software

Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software ADVERTISEMENT DATE: 15 th May 2014 RFQ NUMBER: 40/2014 DESCRIPTION OF GOODS/SERVICES:

More information

T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON

T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION 1: GENERAL

More information

REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02

REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02 REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02 1. PROJECT TITLE Development of a customised solution driven performance

More information

YOU ARE HEREBY INVITED TO SUBMIT A BID TO MEET THE REQUIREMENTS OF THE DEVELOPMENT BANK OF SOUTHERN AFRICA. 28 June 2016 at 10:00am.

YOU ARE HEREBY INVITED TO SUBMIT A BID TO MEET THE REQUIREMENTS OF THE DEVELOPMENT BANK OF SOUTHERN AFRICA. 28 June 2016 at 10:00am. REQUEST FOR PROPOSALS YOU ARE HEREBY INVITED TO SUBMIT A BID TO MEET THE REQUIREMENTS OF THE DEVELOPMENT BANK OF SOUTHERN AFRICA BID NUMBER: RFP 101/2016 COMPULSORY BRIEFING SESSION 28 June 2016 at 10:00am

More information

REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION. 4 July 2016 at 12h00

REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION. 4 July 2016 at 12h00 REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION Date of issue 13 June 2016 Closing date and time 4 July 2016 at 12h00 (Proposals submitted after this time will

More information

INVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT:

INVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT: INVITATION TO BID (SBD 1) YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS BID : NRF/SAAO/2016/014 CLOSING DATE: 8 April 2016 CLOSING TIME 11:00 BID DESCRIPTION Service and

More information

Request of training on Operational Risk Management

Request of training on Operational Risk Management SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

SECTION 6: RFQ Process, Terms and Conditions

SECTION 6: RFQ Process, Terms and Conditions SECTION 6: RFQ Process, Terms and Conditions Note to suppliers and Respondents In managing this procurement the Buyer will endeavour to act fairly and reasonably in all of its dealings with interested

More information

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

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

More information

Transcription services for committee minutes

Transcription services for committee minutes SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

QUOTATION AND TENDER PROCESS

QUOTATION AND TENDER PROCESS QUOTATION AND TENDER PROCESS Introduction The quotation and tender processes are both used to obtain written offers from suppliers for the supply of goods and services. The quotation process is normally

More information

1. BACKGROUND 2. OBJECTIVES

1. BACKGROUND 2. OBJECTIVES TERMS OF REFERENCE FOR THE APPOINTMENT OF SERVICE PROVIDER TO CONDUCT A SKILLS AUDIT AND DEVELOP A COMPREHENSIVE SKILLS PLAN FOR THE DEPARTMENT OF ENERGY FOR A PERIOD OF 6 MONTHS 1. BACKGROUND 1.1 The

More information

City of Johannesburg Supply Chain Management Unit

City of Johannesburg Supply Chain Management Unit MBD 6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves

More information

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010 TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010 INDEX PAGE 1. INSTRUCTION TO BIDDERS 2 1.1 ALTERATION OR WITHDRAWAL

More information

SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES

SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES BID NO: NMISA (12-13) T0009 SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES NB. On the last page of this document the bidder needs to declare and indicate that they have read and understood

More information

NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM

NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM NAME OF SERVICE PROVIDER : (To be completed by supplier) CONTACT NUMBER : (To be completed by supplier) FOR OFFICE USE ONLY Received By Verified

More information

T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES

T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES BID CLOSING DATE: MONDAY, 14 MARCH 2016 AT 12:00 NOON Industrial Development Corporation

More information

EXTERNAL POLICY PROCUREMENT

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

More information

REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET

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

More information

F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS

F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS F25 F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS The Supplier List Application Form (F25) is an application to be registered on UNISA s supplier database and must

More information

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

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

More information

VENDOR APPLICATION FORM

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

More information

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE

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

More information

REQUEST FOR PROPOSALS

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

More information

City of Johannesburg Supply Chain Management Unit

City of Johannesburg Supply Chain Management Unit Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

How To Study Video Conferencing In South Africa

How To Study Video Conferencing In South Africa Meraka Video Conferencing RFI Request for Information (RFI) Meraka Video Conferencing Solution RFI Date Of Issue: Thursday, 26 June 2014 Closing Date and Time: Friday, 18 July 2014 at 16:30 (by close of

More information

90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS

90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS Page 1 of 27 BID/RFQ NUMBER: RFB60419 CLOSING DATE: 7 DECEMBER 2015 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION OF BID: RENEWAL OF MICROSOFT LICENSES

More information

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT MUNICIPALITY UMASIPALA MUNISIPALITEIT LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT Private Bag X7111 QUEENSTOWN 5320 Telephone: 045 807 2000 Fax: 045 807 2059 Website: www.lukhanji.gov.za

More information

Request for Proposal. Provision and maintenance of ACBDA s data storage, software and hardware requirements

Request for Proposal. Provision and maintenance of ACBDA s data storage, software and hardware requirements Request for Proposal Provision and maintenance of ACBDA s data storage, software and hardware requirements 30 th January 2015 TABLE OF CONTENTS 1 RFP PURPOSE... 4 2 BACKGROUND... 4 2.1 Office and Staffing

More information

Yagan Moodley Tel : (011) 3583458

Yagan Moodley Tel : (011) 3583458 SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

SUPPLIER DATABASE APPLICATION FORMS

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

More information

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information

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

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

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

DRAFT SUBJECT TO CONTRACT PLEASE INSERT COMPANY LOGO HERE. MASTER MARKETING AGREEMENT (Business Funding)

DRAFT SUBJECT TO CONTRACT PLEASE INSERT COMPANY LOGO HERE. MASTER MARKETING AGREEMENT (Business Funding) MASTER MARKETING AGREEMENT (Business Funding) This agreement (hereinafter referred to as the Agreement ) is made and entered on [PLEASE INSERT DATE] between F-Investment London Ltd. (seated at 145-157

More information

Supply, deliver and installation of air conditioners

Supply, deliver and installation of air conditioners SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE) REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. RFQ NUMBER: 2207/15-16 RFQ ISSUE DATE: 31 JULY 2015 CLOSING DATE AND TIME: 14 AUGUST 2015 @ 11.00 am

More information

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006 PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring

More information

Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar

Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 30 th September

More information

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

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

More information

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

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

More information

REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015

REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015 REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015 Advert date: 24 November 2014 RFQ background Closing Date: 04 December 2014 at 11:00 AM The Construction Education and Training Authority

More information

PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK

PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK CONTRACT NO: SP-GK-DC/2 TENDER DOCUMENT ISSUED BY: MS ELDAH PHATHWA

More information

City of Johannesburg Johannesburg Roads Agency

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

More information

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: Kathryn.Kasavel@durban.gov.za Re-Advertisement: Request for Quotation Development of a Greening Programme for the City of Durban in preparation

More information

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

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

More information

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:.. 1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy

More information

Lorraine Mapela 011 870-4524

Lorraine Mapela 011 870-4524 SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION REQUEST FOR QUOTATION FOR HOSTED DIGITAL VOICE COMMUNICATION SYSTEM (VOIP). 1. PURPOSE The South African Heritage Resources Agency (SAHRA) invites suitably qualified service providers

More information

1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg.

1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg. Index: 1. Cover Page and Guideline pg. 2 2. Invitation to Tender (SBD 01) pg. 4 3. Valid Original Tax Clearance Certificate (SBD 02) pg. 7 4. Declaration of Interest (SBD 04) pg. 8 5. Preference Points

More information

REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM

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

More information

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

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

More information

Reissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website

Reissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za Reissue:

More information

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

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

More information

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following:

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NOTICE SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NO: CT1607Y001 DESCRIPTION: TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF

More information

ADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)

ADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE) QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30

More information

Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE. Procurement Less than R200 000 (including vat)

Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE. Procurement Less than R200 000 (including vat) Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE Procurement Less than R200 000 (including vat) (For publication in the City of umhlathuze Notice Boards and website)

More information

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

More information

Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013

Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013 Transport for London INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013 Invitation to Tender TfL/90711 Bridge Design Consultancy Services

More information

BANKA SOCIETE GENERALE ALBANIA

BANKA SOCIETE GENERALE ALBANIA BANKA SOCIETE GENERALE ALBANIA Request for Proposals (RFP) for: Maintenance works for Bank's premises Issued on December 29 th, 2015 Deadline for Response: January 14 th, 2016 12:00 CET 1 Objective of

More information

REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS

REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS Tel. (013) 282 5303 Fax. (013) 282 5594 Email: council@stevetshwete.gov.za Website: www.stevetshwetelm.gov.za P.O. Box 14, Middelburg, Mpumalanga, 1050 Civic Centre, Wanderers Avenue, Middelburg, Mpumalanga

More information

REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES

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

More information

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

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

More information

SUPPLY CHAIN MANAGEMENT POLICY

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

More information

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

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

More information

Request for Proposal

Request for Proposal Request for Proposal Design, Build, Lease Rooftop Solar PV System RFP# 14-2015 Calabogie Community Rink, 574 Mill Street, Calabogie, Ontario Proposal Closing Date: September 25, 2015; 2:00 PM Local Time

More information

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

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

More information

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

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

More information

Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015

Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015 Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015 India Brand Equity Foundation, Apparel House, 5th Floor,

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Nnmnnnnnnnnnnnnnnnnnn Request for Proposal Business & Financial Services Department Contract 4656P Consulting Services - Network Engineering 1. Introduction The City of Richmond (the City ) proposes to

More information

Tender Evaluation and Contract Award

Tender Evaluation and Contract Award Brief 9 January 2011 Public Procurement Tender Evaluation and Contract Award C O N T E N T S Key principles governing the process of evaluation of tenders How does an evaluation panel operate? How does

More information

EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES

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

More information

Q044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY

Q044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 30 MARCH 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE

More information

Amendments Guide for FP7 Grant Agreements

Amendments Guide for FP7 Grant Agreements Amendments Guide for FP7 Grant Agreements Version 10/09/2013 Disclaimer This guide is aimed at assisting beneficiaries. It is provided for information purposes only and its contents are not intended to

More information

Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality

Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 9 December

More information