Request for Proposal (RFP) 3 December 2010
|
|
|
- Evangeline Melton
- 9 years ago
- Views:
Transcription
1 Request for Proposal (RFP) 3 December 2010 Dear Sir/Madam, Subject: RFP for the provision of Social Responsibility, Environmental Management Standards and (or) Social Responsibility Initiatives Implementation services (procurement notice VP1-1.1-SADM-03-V ) 1. You are requested to submit a proposal for the project Gates: Social and Environmental Business Innovations, number VP1-1.1-SADM-03-V , Social Responsibility, Environmental Management Standards and (or) Social Responsibility Initiatives Implementation services, as per enclosed Terms of Reference (TOR). 2. To enable you to submit a proposal, attached are Instructions to Offerors, including: Proposal Submission Form (A and B parts)...(annex I) Declaration Form...(Annex II) Technical Specification...(Annex III) Standard UNDP Contract for Professional Services and General Conditions of Contract...(Annex IV) Declaration of the Proposed Expert...(Annex V) Offeror Qualification Requirements...(Annex VI) 3. Your offer comprising of technical proposal and financial proposal, in separate sealed envelopes, should reach the following address no later than 29 th December, 2010; 17:00, Vilnius time: UNDP Lithuania Gostauto st. 40 A, 10th floor LT Vilnius On the envelope should be clearly marked: Project Gates: Social and Environmental Business Innovations SFMIS number VP1-1.1-SADM-03-V SOCIAL RESPONSIBILITY, ENVIRONMENTAL MANAGEMENT STANDARDS AND (OR) SOCIAL RESPONSIBILITY INITIATIVES IMPLEMENTATION service tender procedure 4. Interested Suppliers may obtain further information at the following address: Contact Person: Ieva Labanauskiene Name of Office: UNDP Lithuania Telephone & Fax: [email protected] 5. If you request additional information, we would endeavour to provide information expeditiously, but any delay in providing such information will not be considered a reason for extending the submission date of your proposal. 6. You are requested to acknowledge receipt of this letter and to indicate whether or not you intend to submit a proposal. Yours sincerely, Ieva Labanauskienė UNDP Lithuania Procurement notice VP1-1.1-SADM-03-V
2 A. Introduction Instructions to Offerors 1. General. The Purchaser invites Sealed Proposals for the supply of services to the UN system. 2. Cost of proposal. The Offeror shall bear all costs associated with the preparation and submission of the Proposal; the UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation. B. Solicitation Documents 3. Contents of solicitation documents. Proposals must offer services for the total requirement. Proposals offering only part of the requirement will be rejected. The Offeror is expected to examine all corresponding instructions, forms, terms and specifications contained in the Solicitation Documents. Failure to comply with these documents will be at the Offeror s risk and may affect the evaluation of the Proposal. 4. Clarification of solicitation documents. A prospective Offeror requiring any clarification of the Solicitation Documents may notify the procuring UNDP entity in writing at the organization s mailing address or fax number indicated in the RFP. The procuring UNDP entity will respond in writing to any request for clarification of the Solicitation Documents that it receives earlier than 6 days prior to the deadline for the submission of Proposals. Written copies of the organization s response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective Offerors that has received the Solicitation Documents. 5. Amendments of solicitation documents. At any time prior to the deadline for submission of Proposals, the procuring UNDP entity may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Offeror, modify the Solicitation Documents by amendment. All prospective Offerors that have received the Solicitation Documents will be notified in writing of all amendments to the Solicitation Documents. In order to afford prospective Offerors reasonable time in which to take the amendments into account in preparing their offers, the procuring UNDP entity may, at its discretion, extend the deadline for the submission of Proposals. C. Preparation of Proposals 6. Language of the proposal. The proposal form of the Offeror is submitted in English/Lithuanian language (as per proposal form in Annex I, parts A and B). All documents verifying compliance with the qualification criteria shall be provided in Lithuanian. Any printed literature furnished by the Offeror may be written in another language so long as accompanied by a Lithuanian translation of its pertinent passages. 7. Documents comprising the proposal. The Proposal shall comprise the following components: Technical offer provided by the supplier shall contain: (a) Proposal form (as shown in Annex I, part A); (b) Operational and technical part of the Proposal, including documentation to demonstrate that the Offeror meets all requirements; (c) Declaration form (Annex II);
3 (d) Project Management Plan, Concept of the systems to be implemented and methodological materials for system implementation (as indicated in the technical specification, Annex III). Financial offer shall be prepared and submitted according to the part B form in Annex I. 8. Proposal form. The Offeror shall structure the operational and technical part of its Proposal as follows: (a) Proposal form (as shown in Annex I, part A), including documentation to demonstrate that the Offeror meets all requirements; (b) Project Management Plan This section should provide corporate orientation to include the year and state/country of incorporation and a brief description of the Offeror s present activities. It should focus on services related to the Proposal. Also it should provide comprehensive and clear description in the proposal: the goals of the project, the team, responsibilities, functions, the project activities, duties, the project schedule, risk identification and management, identification of the stakeholders and management and quality management (see more under paragraph F). (c) Concept of the Systems to be Implemented This should fully explain the CSR systems and standards to be implemented (see more under paragraph F). (d) Methodological Materials for System Implementation This should provide comprehensive, clear and detailed description of the social responsibility initial audit, teachings, standards implementation, evaluation - conduction of the internal audit and reports preparation methodology, revealing peculiarities and connection of each standard and initiative according to the project stages. In the description the logical and rational implementation material is presented, which helps effectively seek for the result. The operational and technical part of the Proposal should not contain any pricing information whatsoever on the services offered. Pricing information shall be separated and only contained in the appropriate financial part of proposal. Information, which the Offeror considers proprietary, if any, should be dearly marked proprietary next to the relevant part of the text and it will then be treated as such accordingly. 9. Proposal currencies. All prices shall be quoted in LTL (Lithuanian Litas); all relevant taxes shall be included in the price. VAT should be indicated separately as per proposal form (Annex 1, form B). 10. Period of validity of proposals. Proposals shall remain valid for at least (90) days after the date of Proposal submission prescribed by the procuring UNDP entity, pursuant to the deadline clause. A Proposal valid for a shorter period may be rejected by the procuring UNDP entity on the grounds that it is non-responsive. In exceptional circumstances, the procuring UNDP entity may solicit the Offeror s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. An Offeror granting the request will not be required nor permitted to modify its Proposal. 11. Format and signing of proposals. The Offeror shall prepare both parts, technical and financial, of the Proposal that must be enclosed into two separate envelopes. Each envelope must be sealed and marked, there also has to be an indication which envelope contains technical specification. Proposal shall be typed or written in indelible ink, numbered and bint and shall be signed by the Offeror or a person duly authorized to bind the Offeror to the contract.
4 A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made by the Offeror, in which case such corrections shall be initialled by the person or persons signing the Proposal. 12. Payment. UNDP shall effect payments to the Contractor after acceptance by UNDP of the invoices submitted by the contractor, upon achievement of the corresponding milestones. D. Submission of Proposals 13. Sealing and marking of proposals. The Offeror shall seal the Proposal in one outer and two inner envelopes (with parts A and B and other documents as indicated in Preparation of Proposals), as detailed below. (a) The outer envelope shall contain such writing: Project Gates: Social and Environmental Business Innovations SFMIS number VP1-1.1-SADM-03-V SOCIAL RESPONSIBILITY, ENVIRONMENTAL MANAGEMENT STANDARDS AND (OR) SOCIAL RESPONSIBILITY INITIATIVES IMPLEMENTATION service tender procedure UNDP Lithuania Gostauto st. 40 A, 10th floor LT Vilnius (b) Both inner envelopes shall indicate the name and address of the Offeror. 14. Deadline for submission of proposals. Proposals must be received by the procuring UNDP entity at the address specified under clause Sealing and marking of Proposals no later than 29 December 2010, 17:00 Vilnius time. The procuring UNDP entity may, at its own discretion extend this deadline for the submission of Proposals by amending the solicitation documents in accordance with clause Amendments of Solicitation Documents, in which case all rights and obligations of the procuring UNDP entity and Offerors previously subject to the deadline will thereafter be subject to the deadline as extended. 15. Late Proposals. Any Proposal received by the procuring UNDP entity after the deadline for submission of proposals, pursuant to clause Deadline for the submission of proposals, will be rejected. 16. Modification and withdrawal of Proposals. The Offeror may withdraw its Proposal after the Proposal s submission, provided that written notice of the withdrawal is received by the procuring UNDP entity prior to the deadline prescribed for submission of Proposals. The Offeror s withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of clause Deadline for Submission of Proposals. The withdrawal notice may also be sent by telex or fax but followed by a signed confirmation copy. No Proposal may be modified subsequent to the deadline for submission of proposals. No Proposal may be withdrawn in the Interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the Offeror on the Proposal Submission Form. E. Opening and Evaluation of Proposals 17. Opening of proposals. The procuring entity will open the Proposals in the presence of a Committee formed by the Head of the procuring UNDP entity. The Offerors, participating in RFP, or a person duly authorized by the Offerors participating in this RFP may participate in the in the opening procedure.
5 18. Clarification of proposals. To assist in the examination, evaluation and comparison of Proposals, the Purchaser may at its discretion, ask the Offeror for clarification of its Proposal. The request for clarification and the response shall be in writing and no change in price or substance of the Proposal shall be sought, offered or permitted. 19. Preliminary examination. The Purchaser will examine the Proposals to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the Proposals are generally in order. Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Offeror does not accept the correction of errors, its Proposal will be rejected. If there is a discrepancy between words and figures the amount in words will prevail. Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each Proposal to the Request for Proposals (RFP). For purposes of these Clauses, a substantially responsive Proposal is one which conforms to all the terms and conditions of the RFP without material deviations. The Purchaser s determination of a Proposal s responsiveness is based on the contents of the Proposal itself without recourse to extrinsic evidence. A Proposal determined as not substantially responsive to the minimum qualification requirements listed in the Annex VI will be rejected by the Purchaser and may not subsequently be made responsive by the Offeror by correction of the non-conformity. 20. Evaluation and comparison of proposals. A two-stage procedure will be utilised in evaluating the proposals, with evaluation of the technical proposal being completed prior to any price proposal being opened and compared. The price schedule/financial proposal of the Proposals will be opened only for submissions that passed the minimum score of 210 in total and 60 points of each technical criteria listed in paragraph C, point 8 of this RFP. The technical proposal is evaluated on the basis of its responsiveness to the Term of Reference (TOR) and the Instructions to Offerors. In the Second Stage, the price proposal of all contractors, who have attained minimum above-mentioned minimum scores in the technical evaluation, will be compared. The cumulative analysis scheme will be applied with a total score being obtained upon the combination of weighted technical and financial attributes (detailed in the paragraph F). F. Technical and Financial Evaluation Criteria The contract will be awarded to the Offeror obtaining the highest cumulative score. The following technical criteria and formulas will be applied in calculating the cumulative score: Evaluation criteria The maximum significance of the criteria Criteria is evaluated according to the formula The weight in cumulative analysis scheme Price (C) C=Cmin/Cp x 40 X=40 Cp the supplier proposed price Cmin the lowest proposed price Project Management plan Max 100 points Ti=Rp/Rmax x 20 Rp- the significance of the criteria in points Yi=20
6 Concept of the Systems to be Implemented Methodological Materials for System Implementation Rmax- the biggest calculated significance form all the offerors Max 100 points Ti=Rp/Rmax x 20 Rp- the significance of the criteria in points Rmax- the biggest calculated significance form all the Offerors Max 100 points Ti=Rp/Rmax x 20 Rp- the significance of the criteria in points Rmax- the biggest calculated significance form all the Offerors Yi=20 Yi=20 The cumulative score (S) is calculated by adding Offeror s proposal price (C) and scores of the other criteria (T): S=C+T The score of Offeror s proposal price (C) is calculated by multiplying the ratio of the lowest proposed price (Cmin) and the Offeror s proposal price by the indicated price weight (X): Cmin C =.X Cp The scores of the criteria (T) are calculated by adding scores of separate criteria (Ti): T=T1+T2 +Ti The scores of the criteria (Ti) are calculated by comparing the parameter significance (Rp) with the greatest significance (Rmax) and multiplying by the indicated weight of evaluated criteria (Yi). Rp is calculated by adding the scores provided by all the members of the Committee and dividing the sum by the number of the members of the Committee. The significance is rounded to the hundreds: Rp Ti= Yi Rmax The Offeror has to submit project management plan (the requirements for the submitted plan are shown in Technical Specification). The maximum score is 100. The offeror has to submit the conception of the systems being implemented (the requirements for the conception of systems being implemented is shown in the Technical Specification). The maximum score is 100. The offeror has to submit the methodology of system implementation (the requirements of the methodology of system implementation are shown in the Technical Specification). The maximum score is 100. The scale of 100 is divided into qualitative intervals in order to ease the evaluation and to similar possible score interpretations: weak (from 0 to 20); satisfactory (from 21 to 40); average (from 41 to 60); good (from 61 to 80); excellent (from 81 to 100). 21. Estimating criteria Project Management Plan evaluation:
7 Weak- from 0 to 20: there is no project management plan description or the naming is theoretical or formal in the proposal, not applicable to the procurement object and to the purchasing organisation. Satisfactory- from 21 to 40: the offeror submits, and shortly describes the project management plan in the proposal; however, there is no project development strategy, no assignment of clear and logical functions of the experts, their contribution in the project, determination of the interdependence of the duties and functions. The project management plan is not detailed enough, poorly structured or not properly presented, is not supported by the thorough methodology, not covering the primary duties. Average- from 41 to 60: the offeror presents and describes the project management plan, project development strategy, and the functions of the experts, contribution and interdependence; however, the presented descriptions are not comprehensive; therefore, there is doubt about their practicality. The project management plan is not detailed enough, structured, not supported thorough methodology, not covering all the primary duties. Good- from 61 to 80: the detailed project management plan is presented: project goals, team, project activities, project schedule, risks, stakeholders, and quality management. Described strategy of the project execution, established functions of the expert, contribution and duty interdependence. The project management plan is detailed, structured, or properly presented, supported by the thorough methodology, covering the primary and secondary duties. Excellent- from 81 to 100: the project management plan has a comprehensive and clear description in the proposal: the goals of the project, the team, responsibilities, functions, the project activities, duties, the project schedule, risk identification and management, identification of the stakeholders and management and quality management. Clear, thorough and substantial description and understanding project implementation strategy. Accurately and logically established and based all the expert functions, contribution in the project, established duties interdependence and functions connection. The project plan is connected with other parts of the proposal, based on the mutual project realization methodology. It is shown that while composing a plan, it was pursued to optimize human resource usage. The project management plan is oriented to the project specifics. The descriptions are meeting the needs of the purchasing organization in the best manner. 22. Estimating criteria Concept of the Systems to be Implemented evaluation: Weak- from 0 to 20: there is no description of the implemented systems conception or the naming is theoretical and formal, not applicable to the procurement object and to the purchasing organisation. Satisfactory- from 21 to 40: the offeror submits, and shortly describes the social responsibility conception, social responsibility and environmental standards and initiatives; however, does not reveal the benefit of the implemented system to the final service recipient, the consequences of the systems continuation is not substantiated. Average- from 41 to 60: the offeror presents and describes social responsibility conception, social responsibility and environmental standards and initiatives, indicates their specifics and benefit for the final recipient of service, describes the continuation of the implemented system; however, the presented descriptions are not comprehensive; therefore, there is doubt about their practicality in this project. Good- from 61 to 80: there is a detailed and substantial description of the social responsibility conception, social responsibility and environmental standards and initiatives, the description of their specifics, description of the implemented system benefit and substantiated positive longevity of the system. Excellent- from 81 to 100: the proposal contains comprehensive and clear conception description of social responsibility, social responsibility and environmental standards and initiatives, their specifics, benefit to each organization participating in the project, as well as other stakeholders. The Offeror clearly understands the specifics of these requirements. In the description there is presented purpose of the supplied service as well as
8 benefit to the final service recipient, comprehensively substantiated the continuation of the implemented system. The conception of the implemented systems meets the needs of the purchasing organization in the best manner out of all submitted proposals. 24. Estimating criteria Methodological Materials for System Implementation evaluation: Weak- from 0 to 20: there is no methodical material of the systems implementation description or the naming is theoretical or formal in the proposal, not applicable to the procurement object and to the purchasing organisation. Satisfactory- from 21 to 40: the offeror submits, and shortly describes social responsibility implementation methodology, connection with the project stages; however, does not reveal the logic and rationality of the implemented material, the methodical material is not thorough, the advantages of the methodology against other methodologies are not evaluated. Average- from 41 to 60: in the proposal the offeror presents and describes social responsibility implementation methodologies, reveals their peculiarities advantages against other methodologies; however, the presented descriptions are not thorough; therefore, there is doubt about their practicality in the project. Good- from 61 to 80: there is a detailed and substantial description of the systems implementation methodical material, connected with the stages of the project and revealing the specifics of each standard. The material of the implementation is substantiated and logical, systemic and orderly layout, the advantages of the methodology against other possible methodologies are presented. Excellent- from 81 to 100: the proposal contains comprehensive, clear and detailed description of the social responsibility initial audit, teachings, standards implementation, evaluation- conduction of the internal audit and reports preparation methodology, revealing peculiarities and connection of each standard and initiative according to the project stages. In the description the logical and rational implementation material is presented, which helps effectively seek for the result. The offeror presented the methodical material thoroughly and systematically, the content is understandable. There is a description of the methodologies advantages against other possible methodologies. Methodologies are prepared according to the practical experience of the analogical project implementation. The methodical material of the systems implementation meets the needs of the Purchasing organization in the best way. The Committee can evaluate the proposals with the help of experts. G. Award of Contract 25. Award criteria, award of contract The procuring UNDP entity reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Offeror or any obligation to inform the affected Offeror or Offerors of the grounds for the Purchaser s action. Prior to expiration of the period of proposal validity, the procuring UNDP entity will award the contract to the qualified Offeror whose Proposal after being evaluated is considered to be the most responsive to the needs of the organisation and activity concerned. The model contract for professional services is presented in the Annex IV. 26. Signing of the contract
9 If the Offeror, awarded the contract, rejects to sign the proposed contract in written or does not respond within the time limit indicated by the Purchaser, it is considered that the Offeror rejects to enter into contract with the Purchaser. 27. Performance Security The Purchaser requires performance security. Performance security will be assured by withholding 10 percent of total payment as retention money until final acceptance of services and certification of satisfactory performance. 28. Vendor protest Our vendor protest procedure is intended to afford an opportunity to appeal to persons or firms not awarded a purchase order or contract in a competitive procurement process. It is not available to non-responsive or nontimely proposers/bidders or when all proposals/bids are rejected. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link:
10 Konkurso sąlygų priedas Nr. 1 (A) forma RFP Annex 1, part A PASIŪLYMAS/ PROPOSAL Dėl socialinės atsakomybės, aplinkos vadybos standartų ir (ar) socialinės atsakomybės iniciatyvų diegimo Regarding the implementation of the CSR, environmental standards and/or social responsibility initiatives (Data)/ (Date) (Vieta)/(Place) Tiekėjo pavadinimas Name of Supplier Tiekėjo adresas Address of Supplier Įmonės kodas Code of Supplier PVM mokėtojo kodas VAT payer s code Už pasiūlymą atsakingo asmens vardas, pavardė Name and surname of the person responsible for preparation of RFP Telefono numeris Tel. No. Fakso numeris Fax No. El. pašto adresas address Šiuo pasiūlymu pažymime, kad sutinkame su visomis pirkimo sąlygomis, nustatytomis: 1. konkurso skelbime, paskelbtame JTVP interneto svetainėje 2. konkurso sąlygose; 3. kituose pirkimo dokumentuose. With this proposal we acknowledge that we accept all conditions of this proposal, detailed in: RFP, published at UNDP site Conditions of the RFP; Other RFP documentation. Kartu su pasiūlymu pateikiami šie dokumentai: Other documents submitted with this proposal: Eil.N r./ No. Pateiktų dokumentų pavadinimas/ Name of the document submitted Dokumento lapų skaičius/number of pages of the document Pasiūlymas galioja iki (Proposal validity period) 20 d. (Tiekėjo arba jo įgalioto asmens vardas, pavardė, parašas)/name, Surname and signature of the Offeror or authorized person
11 Konkurso sąlygų priedas Nr. 1 (B) forma RFP Annex 1, part B PASIŪLYMAS/ PROPOSAL Dėl socialinės atsakomybės, aplinkos vadybos standartų ir (ar) socialinės atsakomybės iniciatyvų diegimo Regarding the implementation of the CSR, environmental standards and/or social responsibility initiatives (Data)/ (Date) (Vieta)/(Place) Tiekėjo pavadinimas Name of Supplier Tiekėjo adresas Address of Supplier Įmonės kodas Code of Supplier PVM mokėtojo kodas VAT payer s code Už pasiūlymą atsakingo asmens vardas, pavardė Name and surname of the person responsible for preparation of RFP Telefono numeris Tel. No. Fakso numeris Fax No. El. pašto adresas address Eil. Nr./ No. Paslaugos* pavadinimas/ Service Mato vnt. / Unit Kiekis/ Quantit y of units required Vieneto kaina, Lt (be PVM)/ Unit price, Lt (excl. VAT) Vieneto kaina, Lt (su PVM)/ Unit price, Lt (incl. VAT) Viso kiekio kaina, Lt (be PVM)/Total price (excl. VAT) Viso kiekio kaina, Lt (su PVM)/ Total price (incl. VAT) 1. I dalis/ I part 2. II dalis/ I part 3. III dalis/ I part 4. IV dalis/ IV part 5. V dalis/ V part * Paslaugos turi būti išskaidytos taip kaip jos išskaidytos Techninėje specifikacijoje, nurodant kiekvienos paslaugos kainą (Services shall be detailed as they are detailed in the Technical Specifications, indicating price for each task). Bendra pasiūlymo kaina be PVM Total price without VAT - Bendra pasiūlymo kaina su PVM Total price including VAT - [suma skaičiais ir žodžiais] Lt [total proposal amount in words and figures] Lt [suma skaičiais ir žodžiais] Lt [total proposal amount in words and figures] Lt
12 Į šią sumą įeina visos išlaidos ir visi mokesčiai, taip pat ir PVM, kuris sudaro *suma skaičiais ir žodžiais+ Lt. (This prices include all expenses and taxes, including VAT, which amounts [total proposal amount in words and figures] Lt)
13 Tiekėjo deklaracijos formos pavyzdys The supplier declaration template sample Konkurso sąlygų priedas Nr. 2 RFP Annex 2 (Tiekėjo pavadinimas) (Juridinio asmens teisinė forma, buveinė, kontaktinė informacija, juridinio asmens kodas, pridėtinės vertės mokesčio mokėtojo kodas, jei juridinis asmuo yra pridėtinės vertės mokesčio mokėtojas registro, kuriame kaupiami ir saugomi duomenys apie tiekėją, pavadinimas/type of legal body, address, contact information, code of legal body, VAT payee No., if legal body is VAT payee, Name of registrar, were information about supplier is kept) DEKLARACIJA/DECLARATION Nr./No Data/date) 1. Aš, žemiau pasirašęs (-iusi), patvirtinu, kad visa mūsų pasiūlyme pateikta informacija yra teisinga ir kad mes nenuslėpėme jokios informacijos, kurią konkurso dalyvių buvo prašoma pateikti. I, the undersigned, confirm that all information provided in this proposal is true and we did not withhold any information, which has been required from the participants. 2. Aš patvirtinu, kad mano atstovaujamas (-a) (tiekėjo pavadinimas), dalyvaujantis (-i) Jungtinių Tautų vystymo programos Lietuvoje atliekamame socialinės atsakomybės, aplinkos vadybos standartų ir (ar) socialinės atsakomybės iniciatyvų diegimo paslaugų pirkime, pirkimo kodas VP1-1.1-SADM-03-V , nėra su kreditoriais sudaręs taikos sutarties, sustabdęs ar apribojęs savo veiklos, taip pat nėra padaręs rimto profesinio pažeidimo (konkurencijos, darbo, darbuotojų saugos ir sveikatos, aplinkosaugos teisės aktų pažeidimo), už kurį tiekėjui (fiziniam asmeniui) yra paskirta administracinė nuobauda arba tiekėjui (juridiniam asmeniui) ekonominė sankcija arba nuo šios sankcijos paskyrimo praėjo mažiau kaip vieneri metai. I verify, that (name of the supplier), represented by me, participating in the tender, held by the United Nations Development Programme in Lithuania for services of the environmental and social responsibility management systems and (or) social responsibility initiatives implementation, RFP No VP SADM-03-V , does not enter into an arrangement with creditors, has not suspended or limited business activities, also has not committed a serious professional violation (competition, labor, work safety and health, protection of environment, for which the supplier has received administrative penalty economic sanction, or less than one year has passed after receiving this sanction. 3. Aš suprantu, kad išaiškėjus aukščiau nurodytoms aplinkybėms būsiu pašalintas (-a) iš šio konkurso procedūros, ir mano pasiūlymas bus atmestas. I am aware that if above mention circumstances will be revealed I will be expelled from this procurement process and my proposal will not be considered. PASTABA: Jeigu pirkime dalyvauja tiekėjų grupė, deklaraciją pildo kiekvienas tiekėjas. Note: If a group of suppliers participate in the tender, each supplier has to fill in the declaration. Įmonės vadovo vardas, pavardė Company director s name, surname Parašas Signature Data Date
14 Konkurso sąlygų priedas Nr. 3 RFP Annex 3 TECHNICAL SPECIFICATION 1. BACKGROUND Corporate social responsibility (CSR) - organizational politics and practice, when social, environmental and transparent business principles are voluntary integrated into internal processes and external relationships of the organization. Socially responsible business is beneficial for the social and economic development of the society, when there is a creation of jobs, improving working conditions, developing the academic and technological innovations and etc. On January 12, 2010, Lithuanian Republic Parliament confirmed National corporate social responsibility development program (further CSR program) and its implementation tools plan (further CSR tool plan) seeks to widen social consciousness in business, create positive environment for CSR development in Lithuania, encourage organizations implement social responsibility principles in their activities, while seeking competition, safe and ecologically clean environment, strong social union, transparent and ethical business practice. Seeking to realize CSR program tool No 3.1. create CSR principles implementation methodical tools, assure their dispersion and exchanging good practice; CSR tools plan is foreseen Tool: to organize teaching, evaluation and practical seminars in the organizations, regarding CSR standard, social accountability, environmental and social management systems implementation (further CSR standard implementation tool). By contributing to Human Resources development action plan program first priority Quality Involvement and Social Embrace realization, while implementing activity VP1-1.1 Extending employee and organizations adaptation to market needs tool VP1-1.1-SADM-03-V Corporate social responsibility, United Nations Development Programme (UNDP) in Lithuania made and together with partners (Lietuvos verslo darbdavių konfederacija (Lithuanian Business Employers Confederation), professional union Solidarumas (Solidarity) and Nongovernmental organizations information and support centre) realizes the project Gates: Social and Environmental Business Innovations during which it is planned to create the necessary conditions extend corporate social responsibility in Lithuania and encourage organizations implement social responsibility principles in their activities, while seeking competition, safe and ecologically clean environment, strong social union, transparent and ethical business practice. Seeking to realize project 3 activity- Improving organizational conditions to implement CSR principles in business and stakeholder groups competencies about CSR is planned the procurement of the practical seminars preparation and conduction and consultations for organizations about CSR standard, social accountability, environmental and social management systems implementation. 2. CSR STANDARDS Social responsibility and (or) environmental management systems standards - comprehensive requirements in certain sphere, whose realization can be checked. There is no unified CSR standard at the moment; however, some standards and systems that are used nowadays are dedicated to the implementation of various CSR principles in the organizations. To CSR are related these standards: SA social accountability standard;
15 ISO social responsibility guidelines standard; ISO environmental management systems standard; EMAS- the EU Eco-Management and Audit Scheme. Social responsibility principles are realized by using additional CSR initiatives: The Global Compact; Global Reporting Initiative (GRI). 3. SERVICES, GOAL AND RESULTS a. General Procurement object - social responsibility, environmental management standards and (or) social responsibility standards and (or) initiatives implementation in the chosen organizations by the UNDP Committee. b. The goal of the procurement The goal of this tender - consult chosen organizations, for the implementation of the social responsibility standards and (or) social responsibility initiatives and to teach management and employee, while following the requirements of the system that is being implemented. In the time of the procurement realization in the chosen companies, these activities have to be executed: -The analysis of the present activity management system regarding social responsibilities; -Management and employee teachings; -Social responsibility standards and (or) initiative implementation; -System implementation check (internal audit); -Organizations Corporate social responsibility reports preparation. c. The scope of services The procurement object includes 30 organizations, whose total number of employees are no less than 3000, and in which no less than 600 is managing staff and administrative employees. There has to be implemented and realized: No less than 25 organizations SA 8000 and (or) ISO social responsibility standards requirements; No less than 10 organizations EMAS and (or) ISO environmental standards requirements; 30 organizations have to have prepared CSR reports according to the Global Compact or Global Reporting Initiative. UNDP Committee will choose 30 organizations, in which the social responsibility and (or) environmental management systems standards will be implemented by following open tender procedures. The supplier has to assure that social responsibility and (or) environmental systems standards will be implemented in 30 organizations, that is if under unforeseen circumstances some organizations will leave the project, the supplier has to take responsibility to find certain number of organizations for the replacement, that would agree for the implementation of the mentioned standards. d. The expected results The teachings were conducted, that lasted no less than 960 academic hours and thought no less than 300 organizational representatives (unique persons 1 ); 1 Unique person is one person who participates in few teachings, is counted only once.
16 The provision of no less than 4800 consultation hours, during which the social responsibility and (or) environmental standards were implemented in at least 30 organizations and 30 organizational CSR reports were prepared; At least 15 organizations will join the United Nations Global Compact. 4. THE SCOPE OF SERVICES There services shall constitute of five stages. The service has to be provided until 30 November 2011 The activities of each stage and expected results: 1. Stage: the analysis of the present management systems in the selected organizations (total 30), operations evaluation according to the social responsibility and needs for the standard to be implemented estimation No Activity Result 1 To evaluate present situation in 30 organizations in regards to CSR, including these areas: -Environment- Environmental safety; -Working environment- the employer practice; -Market (business transparency, anti corruption, relationship with consumers). -Society- Community; -Organizational management; -The requirements of the implemented standards (according to specific implemented standard in the specific organization). Activity description: 1. Document analysis: The European Union, Lithuanian Republic legal acts that are related to the organization activities; Internal documents of the organization; Reports and forecasts; Financial documents; The evaluation of the previous audit results and initiated changes; Other necessary documents in order to evaluate the company situation. 2. The activity analysis in the organization: Diagnostic interview with managers and specialists; Identification of managers and specialists activities; Evaluation of operations from employee point of view; Analysis of the data records; Internal and external relations, communication analysis. 3. The process identification and analysis through the prism of environmental safety, employee safety and health, quality: Management processes analysis; Supporting processes analysis; Every organization at least 30 pages length document Present situation evaluation results, conclusions and recommendations, including the activities indicated in the activity description and connection for the implemented standard evaluation.
17 Main processes analysis. 4. Organizational structure analysis. 5. Resource usage statistical analysis. 6. Expert evaluations. 7. The questionnaire of the customers and stakeholder groups. 8. The life quality at work research, including employee financial, psychological situation determination. 9. Other activities are conducted, as according to the supplier, to assure successful implementation of the stage I. 2 Prepare 30 implementation methodologies to organizations individually according to implemented standards and (or) initiatives. Methodology has to include: -detailed action plan, which was conformed with organization s management, the action plan has to be followed while implementing the standard and social responsibility principles, plan; -concluded the need of necessary resources; -the requirement realization of the implemented system; -dispersion of the social responsibility principles throughout all supply chain; -employee involvement; -management and employee dialogue; -implementation project management in every organization; -assurance of the project quality. Every organization (total 30) at least 10 pages length document System implementation methodology. 2. Stage: Training of the organization representatives No Activity Result 1 To organize and conduct teachings to each organization individually (total 30), which would include target groups: No less than 960 academic hours. No less than 300 participants were taught, from 30 organizations. No less than 30 certificates given according to teachings topics. a. Target group- organizational management (depending on the size of an organization top managers or middle level managers) and if necessary the owners. Teachings topics: -Social responsibility in organizational context and its advantage; -Corporate social responsibility strategy, politics and goals; -Environmental initiatives implementation, seeking resource savings and bigger customer loyalty; -Process approach implementation in the organization, increasing the added value created by the employees; -Spread of social responsibility throughout the supply chain; -Implemented standard requirements (depending on the No less than 60 participants were taught, from 30 organizations. Provided teachings of at least 8 academic hours to the target group in every organization.
18 standard): management responsibility, employee engagement, resource allocation, and realization of standard requirements. Teachings group can be composed from no more than 15 people. b. Target group- employees responsible for human resources Teachings topics: -Socially responsible employment; -Employee rights and responsibilities in the context of socially responsible organization; -Human resource management peculiarities (selection, hiring, motivational system, career planning, discharge, working conditions), in the context of social responsibility; -Motivational systems, oriented to an increase of added value, implementation; -Employee loyalty enhancement, fulfilling the initiatives of equal rights, transparent business, employee participation in the organizational management; -Organization of working environment, considering ecological, security and work effectiveness criteria; -The requirements of the implemented standard (depending on the standard): the responsibility of the workers responsible for human resources, the fulfilment of standard requirements. Teachings group can be composed from no more than 15 people. No less than 60 participants were taught, from 30 organizations. Provided teachings of at least 8 academic hours to the target group in every organization. c. Target group- employees Teachings topics: -Employee rights and duties in the context of socially responsible organization; -The management and employee dialogue; -The requirements of the implemented standard (depending on the standard): employee responsibility, fulfilment of standard requirements. Teachings group can be composed from no more than 20 people. d. Target group- management representatives for the implementing systems Teachings topics: -The responsibility, functions and empowerment of the management representative for the implemented system; -The requirements of the implemented standards and practical fulfilment (depending on the standard/(-s); -Necessary documentation preparation; -Necessary data record creation; -Internal audit: planning, fulfilment, findings, and improvement. Teachings group can be composed from no more than 15 people. No less than 150 participants were taught, from 30 organizations. Provided teachings of at least 8 academic hours to the target group in every organization. No less than 30 participants were taught, from 30 organizations. Provided teachings of at least 8 academic hours to the target group in every organization.
19 The service provider has to assure the conditions necessary for the teachings: Premises accommodated for seminars, meetings, teachings or similar events; Necessary technology (multimedia projector, computer). During the teachings there has to be various advanced teaching and knowledge transference forms (case studies, discussions, modelling, etc.). Practical assignments have to be gathered and discussed. Every participant has to receive some teaching materials. The service provider (the supplier) while organizing every teaching, has to: Arrange seminar time and place with each organization, and purchasing organization; Fills out participants registrar documents, which he later presents to the purchasing organization (according to the forms as confirmed by the purchasing organization) 3. Stage. Specific standards and initiatives implementation and consultations No Activity Result 1 To integrate implemented standards requirements into the management systems in 30 organizations and to prepare documentation packs, to each organization according to implemented standards and (or) initiatives. Activity description: -Description of the operation processes in each organization and preparation of the implemented management system documents- performed by the Service provider together with taught and prepared workers; -Composition of the detailed activity processes scheme, setting the value, that organization creates, its creation processes (internal consumer-supplier chain, individual actions, decision making employees, and appropriate documents and data record forms); -Prepared and implemented all the necessary management system documents and systemic procedures. Establishment of document hierarchy, including the politics, goals, management leader, procedures, instructions, orders, rules, descriptions, etc. (the need depends on the current situation); -Prepared to each organization system guide, processes and procedures description documents and presented for consideration; -Prepared management system effectiveness assurance plans and solutions, including the politics, goals, managerial evaluation analysis, formation of the internal audit plan and presented for confirmation; -Prepared documentation fulfilment in practice; -Performing the analysis of reasons of ineffective system parts and presented their elimination means; -Performing other duties necessary for the success of activity, as decided by the Service provider. 4. Stage. Implemented standards and initiatives evaluation consultations- internal audit Prepared 30 documentation packs (system guides, politics, goals, process and procedures description documents and such) to every organization. No Activity Result 1 According to the arranged plan in advance, perform internal (precertification) audits, according to the implemented standards in 30 Performed 30 audits for the implemented systems. organizations. 2 Prepare for each organization internal audit report, which would Prepared 30 at least 10 pages long
20 include the found mismatches, observations, improvement possibilities and indicate the actions for prevention and correction. 3 Perform correction actions according to the findings from internal audit in 30 organizations and establish the reasons of mismatches and observations. documents Internal Audit Report to each organization. Performed correctional actions in 30 organizations. 5. Stage. Consultation on CSR reports preparation No Activity Result 1 Perform CSR reporting preparation consultations in each organization (total 30). While preparing the reports, there has to be employees from certain spheres of positions included. Prepared public, at least 5 pages long document CSR Report to each organization. 5. THE PROPOSAL SUBMISSION Together with the proposal, the supplier will have to submit offered: Project management plan; Implemented systems conception; Implemented systems methodical material. 6. CONTITIONS OF SERVICES Service provision starts no later than in 14 days since the day that the contract with the purchasing organization was signed. The length of the service provision: 30 November 2011 from the day that the contract with the purchasing organization was signed. The duties of the service provider: 6.1. provide quality service according to the confirmed service provision plan; 6.2. properly report about the provided services. Service provider must assure the submission of the following documents to the UNDP: Financial documents: Certificate about the completion of services - submitted once every two months, till the 10 th of the month; Invoice - submitted once every two months, till the 10 th of the month The documents of the activities (consultations, teachings): Planned activities schedule - until the 3 rd day of every month; Factual events schedule - once in two months; Summary of the consultations (with participants signatures)- reported monthly; the lists must contain the total number of hours, in order to track and check whether it matches the acts of the reception transfer; The summary of the project participants attendance sheets- reported monthly; The lists of trainings participants (with participants signatures)- reported monthly; The summary of project participants- participants list is submitted when participants end their participation. Conditions of payment: The term of payment for services - 60 days after submission of financial documents and reports about activities In the case if the European Social Fund Agency, refuses to compensate part of the service provider costs due to the fault of the service provider, these costs will not be covered.
21 Standard UNDP Contract for Professional Services and General Conditions of Contract Annex IV Model Contract for Professional Consulting Services between UNDP and a Company or other entity 2 Dear Sir/Madam, Date Ref.: / / [INSERT PROJECT NUMBER AND TITLE OR OTHER REFERENCE] Profesionalių konsultavimo paslaugų pavyzdinė sutartis, sudaryta JTVP ir Įmonės ar kitos institucijos 1 Gerbiamas pone/gerbiama ponia, Data Žymuo: / / *ĮRAŠYTI PROJEKTO NUMERĮ IR PAVADINIMĄ ARBA KITĄ NUORODĄ+ The United Nations Development Programme (hereinafter referred to as "UNDP"), wishes to engage your [company/organization/institution], duly incorporated under the Laws of [INSERT NAME OF THE COUNTRY] (hereinafter referred to as the "Contractor") in order to perform services in respect of [INSERT SUMMARY DESCRIPTION OF THE SERVICES] (hereinafter referred to as the "Services"), in accordance with the following Contract: Jungtinių Tautų vystymo programa (toliau JTVP), pageidauja pasamdyti jūsų [įmonę/organizaciją/instituciją+, tinkamai įsteigtą pagal *ĮRAŠYTI ŠALIES PAVADINIMĄ+ teisės aktus (toliau Sutarties dalyvis), atlikti *ĮRAŠYTI TRUMPĄ PASLAUGŲ APRAŠĄ+ paslaugas (toliau paslaugos) laikantis šios Sutarties: 1.Contract Documents 1.1 This Contract is subject to the UNDP General Conditions for Professional Services attached hereto as Annex I. The provisions of such Annex shall control the interpretation of this Contract and in no way shall be deemed to have been derogated by the contents of this letter and any other Annexes, unless 1.Sutarties dokumentai 1.1 Šiai Sutarčiai taikomos JTVP Bendrosios profesionalių paslaugų teikimo sąlygos, pateiktos I priede. Ši Sutartis turi būti aiškinama remiantis to priedo nuostatomis ir jos turi viršenybę prieš visas šio teksto ir bet kurių kitų jo priedų nuostatas, išskyrus atvejus, kai tai aiškiai nurodyta šio teksto 4 skyriuje Specialiosios sąlygos. 2 This model contract is intended for services (studies, consultancies by firms, etc) to be obtained from companies as well as from NGOs, Universities, etc. It is not to be used for procuring goods or works. Any substantial deviations to the text should be made in consultation with BOM (Bureau of Management). Ši pavyzdinė sutartis skirta paslaugoms (tyrimams, įmonių konsultacijoms ir kt.), kurias suteikia įmonės ir nevyriausybinėms organizacijoms (NVO), universitetai ir kt. Ji nėra skirta prekėms ar darbams pirkti. Bet kokie esminiai teksto pakeitimai leidžiami tik pasikonsultavus su Valdymo biuru.
22 otherwise expressly stated under section 4 of this letter, entitled "Special Conditions". 1.2 The Contractor and UNDP also agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order: a) this letter; 1.2 Sutarties dalyvis ir JTVP taip pat įsipareigoja laikytis šių dokumentų, kurie išvardyti pirmenybės eilės tvarka, nuostatų: a) šis tekstas; b) Techninė užduotis *žymuo...data...+, pridedamus kaip II priedas; b) the Terms of Reference [ref....dated...], attached hereto as Annex II; c) the Contractor's technical proposal [ref..., dated...], as clarified by the agreed minutes of the negotiation meeting 3 [dated...], both documents not attached hereto but known to and in the possession of both parties. 1.3 All the above shall form the Contract between the Contractor and UNDP, superseding the contents of any other negotiations and/or agreements, whether oral or in writing, pertaining to the subject of this Contract. 2. Obligations of the Contractor 2.1 The Contractor shall perform and complete the Services described in Annex II with due diligence and efficiency and in accordance with the Contract. 2.2 The Contractor shall provide the services of the following key personnel: Name Specialization Nationality Period of service c) Sutarties dalyvio techninis pasiūlymas *žymuo..., data...+ su paaiškinimais, pateiktais suderintame derybų protokole 2 *data...+. Abu šie dokumentai prie šio teksto nepridedami, tačiau juos turi ir su jais yra susipažinusios abi šalys. 1.3 Visi minėti dokumentai sudaro Sutarties dalyvio ir JTVP sutartį, kuri turi viršenybę prieš visas kitas su šios Sutarties dalyku susijusias derybas ir (arba) susitarimus, tiek rašytinius, tiek žodinius. 2. Sutarties dalyvio įsipareigojimai 2.1 Sutarties dalyvis turi reikiamai stropiai bei veiksmingai ir laikydamasis Sutarties iki galo atlikti II priede aprašytas paslaugas. 2.2 Sutarties dalyvis turi suteikti paslaugas šiems pagrindiniams personalo nariams: Vardas, pavardė Specializacija Tautybė Paslaugos laikotarpis If there are updates to the technical proposal or correspondence exchanged in clarification of certain aspects, reference them too, provided that they are fully acceptable to UNDP. Otherwise, aspects which resolution is pending should be dealt with in this letter itself or in the Terms of Reference, as appropriate. Jei atsiranda techninio pasiūlymo ar korespondencijos, kuria pasikeista aiškinantis tam tikrus aspektus, pasikeitimų, juos taip pat reikia nurodyti, jeigu jie yra visiškai priimtini JTVP. Kitais atvejais tie aspektai, dėl kurių sprendimas dar nepriimtas, turi būti aptarti atitinkamai šiame rašte arba Techninėje užduotyje.
23 Any changes in the above key personnel shall require prior written approval of [NAME and TITLE], UNDP. 2.4 The Contractor shall also provide all technical and administrative support needed in order to ensure the timely and satisfactory performance of the Services. 2.5 The Contractor shall submit to UNDP the deliverables specified hereunder according to the following schedule: [LIST DELIVERABLES] [INDICATE DELIVERY DATES] e.g Bet kokius išvardyto personalo pakeitimus turi iš anksto patvirtinti *VARDAS, PAVARDĖ ir PAREIGOS], JTVP. 2.4 Sutarties dalyvis taip pat turi teikti bet kokią techninę ir administracinę pagalbą, kurios reikia norint užtikrinti, kad Paslaugos būtų suteiktos laiku ir tinkamai. 2.5 Sutarties dalyvis turi pateikti JTVP čia nustatytas paslaugas pagal tolį tvarkaraštį: *PASLAUGŲ SĄRAŠAS+ [NURODYTI SUTEIKIMO DATAS] pvz. Progress report../../... Pažangos ataskaita../../ /../...../..... Final report../../... Galutinė ataskaita../ All reports shall be written in the Lithuanian language (plus summary in English), and shall describe in detail the services rendered under the Contract during the period of time covered in such report. All reports shall be transmitted by the Contractor by [MAIL, COURIER AND/OR FAX] to the address specified in 9.1 below. 2.6 Visos ataskaitos turi būti rašomos lietuvių kalba (pridedant santrauką anglų k.) ir jose turi būti išsamiai aprašytos per ataskaitinį laikotarpį pagal Sutartį suteiktos paslaugos. Visas ataskaitas Sutarties dalyvis turi *PAŠTU, PER KURJERĮ IR (ARBA) FAKSU] perduoti 9.1 nurodytu adresu. 2.7 The Contractor represents and warrants the accuracy of any information or data provided to UNDP for the purpose of entering into this Contract, as well as the quality of the deliverables and reports foreseen under this Contract in 2.7 Sutarties dalyvis patvirtina ir garantuoja visos informacijos ir duomenų, kuriuos pateikia JTVP šiai Sutarčiai sudaryti, taip pat pagal šią Sutartį numatytų paslaugų ir ataskaitų kokybę pagal aukščiausius darbo ir profesionalumo standartus.
24 accordance with the highest industry and professional standards. OPTION 1 (FIXED PRICE) 3. Price and Payment In full consideration for the complete and satisfactory performance of the Services under this Contract, UNDP shall pay the Contractor a fixed contract price of [INSERT CURRENCY & AMOUNT IN FIGURES AND WORDS]. 3.2 The price of this Contract is not subject to any adjustment or revision because of price or currency fluctuations or the actual costs incurred by the Contractor in the performance of the Contract. 3.3 Payments effected by UNDP to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by UNDP of the Contractor's performance of the Services. 1 VARIANTAS (FIKSUOTA KAINA) 3. Kaina ir apmokėjimas Atsiskaitydama už visiškai ir tinkamai suteiktas Paslaugas pagal šią Sutartį JTVP sumoka Sutarties dalyviui *ĮRAŠYTI SUMĄ IR VALIUTĄ SKAIČIAIS IR ŽODŽIAIS+ fiksuotą sutartinę kainą. 3.2 Šios Sutarties kaina niekaip nekeičiama ir nepersvarstoma dėl kainų ar valiutos kurso pokyčių arba tikrųjų Sutarties dalyvio išlaidų vykdant Sutartį. 3.3 JTVP išmokos Sutarties dalyviui nereiškia, kad jis atleidžiamas nuo įsipareigojimų pagal šią Sutartį ir kad JTVP pripažįsta, jog Sutarties dalyvis tinkamai atliko paslaugas. 3.4 UNDP shall effect payments to the Contractor after acceptance by UNDP of the invoices submitted by the Contractor to the address specified in 9.1 below, upon achievement of the corresponding milestones and for the following amounts: Invoices shall indicate the milestones achieved and corresponding amount payable. 3.4 JTVP sumoka Sutarties dalyviui patvirtinusi 9.1 nurodytu adresu jo atsiustas sąskaitasfaktūras, kai pabaigiami atitinkami tarpiniai etapai, už kuriuos mokamos šios sumos: TARPINIS ETAPAS 4 SUMA TARGET DATE MILESTONE 5 AMOUNT TARGET DATE Atlikus /../... Upon /../ /../ /../... Sąskaitose-faktūrose turi būti nurodyti užbaigti tarpiniai etapai ir atitinkama mokėtina suma. 4 5 This version of section 3 is to be used for fixed price contracts. Fixed price contracts should normally be used when it is possible to estimate with reasonable accuracy the costs of the activities which are the subject of the Contract. Ši 3 skyriaus versija turi būti taikoma fiksuotos kainos tipo sutartims. Fiksuotos kainos tipo sutartys paprastai turėtų būti sudaromos, kai įmanoma pakankamai tiksliai nustatyti veiklos pagal Sutartį išlaidas. If an advance payment is granted, define the first milestone as "upon signature of the contract by both parties". Please note that advance payments should be granted only in exceptional cases, and that they must comply with UNDP policies and procedures. Jei mokama išankstinė išmoka, pirmasis tarpinis etapas apibrėžiamas kaip abiem šalims pasirašius sutartį. Atkreipiamas dėmesys, kad išankstinės išmokos turi būti mokamos tik išskirtiniais atvejais ir turi atitikti JTVP politiką ir procedūras.
25 OPTION 2 (COST REIMBURSEMENT) 3. Price and payment In full consideration for the complete and satisfactory performance of the Services under this Contract, UNDP shall pay the Contractor a price not to exceed [INSERT CURRENCY & AMOUNT IN FIGURES AND WORDS]. 2 VARIANTAS (IŠLAIDŲ PADENGIMAS) 3. Kaina ir mokėjimas Atsiskaitydama už visiškai ir tinkamai suteiktas Paslaugas pagal šią Sutartį JTVP sumoka Sutarties dalyviui kainą, kuri neturi viršyti *ĮRAŠYTI SUMĄ IR VALIUTĄ SKAIČIAIS IR ŽODŽIAIS The amount contained in 3.1 above is the maximum total amount of reimbursable costs under this Contract. The Breakdown of Costs in Annex [INSERT ANNEX NUMBER] contains the maximum amounts per cost category that are reimbursable under this Contract. The Contractor shall reflect in his invoices the amount of the actual reimbursable costs incurred in the performance of the Services. 3.3 The Contractor shall not do any work, provide any equipment, materials and supplies, or perform any other services which may result in any costs in excess of the amount under 3.1 or of any of the amounts specified in the Breakdown of Costs for each cost category without the prior written agreement of [NAME and TITLE], UNDP. 3.4 Payments effected by UNDP to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by UNDP of the Contractor's performance of the Services. 3.5 The Contractor shall submit invoices for the work done every [INSERT PERIOD OF TIME OR MILESTONES]. OR 3.5. The Contractor shall submit an invoice for nurodyta suma yra didžiausioji pagal šią Sutartį padengiamų išlaidų bendroji suma. Išlaidų paskirstyme, kuris pateikiamas *ĮRAŠYTI PRIEDO NUMERĮ+ priede, nurodytos didžiausiosios kiekvienos išlaidų kategorijos sumos, mokamos pagal šią Sutartį. Sutarties dalyvis savo sąskaitosefaktūrose turi nurodyti tikrąsias dengtinas Paslaugų teikimo išlaidas. 3.3 Sutarties dalyvis neturi dirbti jokio darbo, tiekti įrangos, medžiagų ir eksploatacinių medžiagų ar teikti jokių kitų paslaugų, kurių išlaidos viršytų 3.1 nurodytą sumą arba bet kurias kitas Išlaidų paskirstyme nurodytas kiekvienos išlaidų kategorijos sumas be išankstinio rašytinio *VARDAS, PAVARDĖ ir PAREIGOS+, JTVP, pritarimo. 3.4 JTVP išmokos Sutarties dalyviui nereiškia, kad jis atleidžiamas nuo įsipareigojimų pagal šią Sutartį ir kad JTVP pripažįsta, jog Sutarties dalyvis tinkamai atliko paslaugas. 3.5 Sutarties dalyvis turi teikti sąskaitas-faktūras už darbą, atliktą kiekvieną *ĮRAŠYTI LAIKOTARPĮ ARBA TARPINĮ ETAPĄ+. ARBA 3.5. Sutarties dalyvis turi pateikti 6 This version of section 3 is to be used for cost reimbursement contracts. Normally, cost reimbursement contracts should be used when it is not possible to estimate with reasonable accuracy the total costs of the activities which are the subject of the Contract. Ši 3 skyriaus versija turi būti taikoma išlaidų padengimo tipo sutartims. Išlaidų padengimo tipo sutartys paprastai turėtų būti sudaromos, kai neįmanoma pakankamai tiksliai nustatyti veiklos pagal Sutartį išlaidų.
26 [INSERT AMOUNT AND CURRENCY OF THE ADVANCE PAYMENT IN FIGURES & WORDS] upon signature of this Contract by both parties and invoices for the work done every [INSERT PERIOD OF TIME OR MILESTONES] Progress and final payments shall be effected by UNDP to the Contractor after acceptance of the invoices submitted by the Contractor to the address specified in 9.1 below, together with whatever supporting documentation of the actual costs incurred is required in the Breakdown of Costs or may be required by UNDP. Such payments shall be subject to any specific conditions for reimbursement contained in the Breakdown of Costs. 4. Special conditions The responsibility for the safety and security of the Contractor and its personnel and property, and of UNDP s property in the Contractor s custody, rests with the Contractor. *ĮRAŠYTI AVANSINĖS IŠMOKOS SUMĄ IR VALIUTĄ SKAIČIAIS IR ŽODŽIAIS+ sąskaitą-faktūrą abiem šalims pasirašius šią Sutartį ir sąskaitas-faktūras už darbą, atliktą per *ĮRAŠYTI LAIKOTARPĮ ARBA TARPINĮ ETAPĄ Tarpines ir galutines išmokas Sutarties dalyviui JTVP išmoka patvirtinusi 9.1 nurodytu adresu jo atsiustas sąskaitasfaktūras ir visus pagalbinius dokumentus dėl tikrųjų išlaidų, reikalaujamus Išlaidų paskirstyme arba galimus pareikalauti JTVP. Tokioms išmokoms galioja visos Išlaidų paskirstyme pateiktos specialiosios atsiskaitymo sąlygos. 4. Specialiosios sąlygos Už Sutarties dalyvio ir jo personalo bei turto ir Sutarties dalyvio naudojamo JTVP turto saugą ir saugumą atsako Sutarties dalyvis Security The Contractor shall: (a) put in place an appropriate security plan and maintain the security plan, taking into account the security situation in the country where the services are being provided; (b) assume all risks and liabilities related to the Contractor s security, and the full Saugumas Sutarties dalyvis turi: (a) parengti atitinkamą saugumo planą ir jo laikytis, atsižvelgdamas į saugumo situaciją šalyje, kurioje teikiamos paslaugos; (b) prisiimti visą riziką ir atsakomybę, susijusią su Sutarties dalyvio saugumu ir visišku saugumo plano įgyvendinimu. 7 8 This clause should be used if an advance payment is granted. Please note that advance payments should be granted only in exceptional cases, and that they must comply with UNDP policies and procedures. Any advance which represents 30% or more of the proposed total contract value must be cleared by the Office of Finance and Administration prior to contract signature, with the exception of contracts below $50,000. Šis poskyris turi būti taikomas, jei mokama avansinė išmoka. Atkreipiamas dėmesys, kad išankstinės išmokos turi būti mokamos tik išskirtiniais atvejais ir turi atitikti JTVP politiką ir procedūras. Be kokį avansą, kuris sudaro 30 % ir daugiau siūlomos bendrosios sutarties vertės, prieš pasirašant sutartį turi patvirtinti finansų ir administravimo skyrius, išskyrus sutartis, kurių vertė mažesnė kaip USD. Under this Section, you may propose special clauses in order to adapt the model contract to the specific situation. In this sample clause 4, several clauses of common use are given. If they are not required, they should be deleted. If there are no special conditions, please choose the alternative version of 4 in order to conform to clause 1.1. Į šį skyrių galima įtraukti specialius poskyrius, kuriais pavyzdinė sutartis būtų pritaikyta prie konkrečios situacijos. Šiame pavyzdiniame 4 skyriuje pateikiami keletas bendrojo pobūdžio poskyrių. Jeigu jie nereikalingi, juos reikia panaikinti. Jei specialiųjų sąlygų nėra, pasirinkite alternatyvią 4 skyriaus versiją, kad būtų laikomasi 1.1 poskyrio reikalavimų.
27 implementation of the security plan UNDP reserves the right to verify whether such a plan is in place, and to suggest modifications to the plan when necessary. Failure to maintain and implement an appropriate security plan as required hereunder shall be deemed a breach of this contract. Notwithstanding the foregoing, the Contractor shall remain solely responsible for the security of its personnel and for UNDP s property in its custody as set forth in paragraph 4.1 above. 4.2 Audits and Investigations Each invoice paid by UNDP shall be subject to a post-payment audit by auditors, whether internal or external, of UNDP or the authorized agents of the UNDP at any time during the term of the Contract and for a period of three (3) years following the expiration or prior termination of the Contract. The UNDP shall be entitled to a refund from the Contractor for any amounts shown by such audits to have been paid by the UNDP other than in accordance with the terms and conditions of the Contract. Should the audit determine that any funds paid by UNDP have not been used as per contract clauses, the company shall reimburse such funds forthwith. Where the company fails to reimburse such funds, UNDP reserves the right to seek recovery and/or to take any other action as it deems necessary The Contractor acknowledges and agrees that, at anytime, UNDP may conduct investigations relating to any aspect of the Contract, the obligations performed under the Contract, and the operations of the Contractor generally. The right of UNDP to conduct an investigation and the Contractor s obligation to comply with such an investigation shall not lapse upon expiration or prior termination of the Contract. The Contractor shall provide its full and timely cooperation with any such inspections, post-payment audits or investigations. Such JTVP pasilieka teisę tikrinti, ar toks planas parengtas, ir siūlyti būtinus jo pakeitimus. Šioje Sutartyje reikalaujamo tinkamo saugumo plano neturėjimas ir jo nevykdymas laikomas šios Sutarties pažeidimu. Nepaisant to, Sutarties dalyvis pats atsako už savo personalo ir jo turimo JTVP turto saugumą, kaip nurodyta 4.1 poskyryje. 4.2 Auditas ir tyrimai Kiekvieną JTVP apmokėtą sąskaitą po apmokėjimo turi patikrinti vidiniai arba išoriniai auditoriai. Tai atlieka JTVP arba jos įgalioti atstovai bet kuriuo metu per Sutarties galiojimo laikotarpį ir trejų (3) metų laikotarpį po Sutarties pasibaigimo arba išankstinio nutraukimo. Sutarties dalyvis turi grąžinti JTVP visas sumas, kurias toks auditas nustato kaip JTVP sumokėtas ne pagal Sutarties sąlygas. Jei auditas nustato, kad kokios nors JTVP sumokėtos lėšos yra panaudotos nesilaikant Sutarties nuostatų, įmonė turi nedelsdama grąžinti tokias lėšas. Jei įmonė tokių lėšų negrąžina, JTVP pasilieka teisę reikalauti grąžinimo ir (arba) imtis bet kokių kitų būtinų veiksmų Sutarties dalyvis pripažįsta ir sutinka, kad JTVP bet kuriuo metu gali atlikti tyrimus, susijusius su bet kuriuo Sutarties aspektu, pagal Sutartį vykdomais įsipareigojimais ir Sutarties dalyvio veikla apskritai. JTVP teisė vykdyti tyrimą ir Sutarties dalyvio prievolė paklūsti tokiam tyrimui nenutrūksta pasibaigus arba iš anksto nutraukus Sutartį. Sutarties dalyvis turi visiškai ir laiku bendradarbiauti vykdant tokią kontrolę, auditą po apmokėjimo arba tyrimus. Tokiam bendradarbiavimui priskiriama (nors tuo neapsiribojama) Sutarties
28 cooperation shall include, but shall not be limited to, the Contractor s obligation to make available its personnel and any documentation for such purposes and to grant to UNDP access to the Contractor s premises. The Contractor shall require its agents, including, but not limited to, the Contractor s attorneys, accountants or other advisers, to reasonably cooperate with any inspections, postpayment audits or investigations carried out by UNDP hereunder. dalyvio prievolė skirti tam reikalingą personalą bei visus dokumentus ir leisti JTVP patekti į Sutarties dalyvio patalpas. Sutarties dalyvis turi reikalauti, kad jo atstovai, įskaitant, tačiau neapsiribojant, Sutarties dalyvio advokatais, apskaitininkais ar kitais konsultantais, pagrįstai bendradarbiauti JTVP atliekant visas kontroles, auditus po apmokėjimo ar tyrimus, numatytus šioje Sutartyje. 4.3 Anti-terrorism The Contractor agrees to undertake all reasonable efforts to ensure that none of the UNDP funds received under this Contract are used to provide support to individuals or entities associated with terrorism and that the recipients of any amounts provided by UNDP hereunder do not appear on the list maintained by the Security Council Committee established pursuant to resolution 1267 (1999). The list can be accessed via 267/1267ListEng.htm. This provision must be included in all sub-contracts or subagreements entered into under this Contract. 4.4 The advance payment to be made upon signature of the contract by both parties is contingent upon receipt and acceptance by UNDP of a bank guarantee for the full amount of the advance payment issued by a Bank and in a form acceptable to UNDP The amounts of the payments referred to under section 3.6 above shall be subject to a deduction of [INSERT PERCENTAGE THAT THE ADVANCE REPRESENTS OVER THE TOTAL PRICE OF 4.3 Kova su terorizmu Sutarties dalyvis įsipareigoja imtis visų pagrįstų priemonių užtikrinti, kad jokios pagal šią Sutartį gautos JTVP lėšos nebūtų panaudotos su terorizmu susijusiems asmenims ar organizacijoms remti ir kad JTVP pagal Sutartį išmokėtų sumų gavėjai nebūtų iš Saugumo Tarybos komiteto sąrašo, sudaryto pagal Rezoliuciją Nr (1999). Šį sąrašą galima pamatyti adresu: committees/1267/1267listeng.htm. Ši nuostata turi būti įtraukta į visas pagal šią Sutartį sudarytas smulkesnes sutartis ar susitarimus. 4.4 Avansinė išmoka, numatyta išmokėti abiem šalims pasirašius sutartį, mokama JTVP gavus ir patvirtinus banko garantiją visai avansinės išmokos sumai, kurią Bankas pateikia JTVP priimtina forma Iš 3.6 poskyryje nurodytų išmokų sumų išskaičiuojama *ĮRAŠYTI, KOKIĄ PROCENTINĘ DALĮ VISOS SUTARTIES KAINOS SUDARO AVANSAS] % (... procentų) išmokėti patvirtintos sumos, kol 9 This clause must be used when an advance payment of $50,000 or more is granted to the Consultant and may be used for payments under $50,000 when appropriate. Please note that advance payments should be exceptional, whatever their amount and must comply with UNDP Financial Regulations and Rules. Šis poskyris turi būti taikomas, kai Konsultantui išmokama USD arba didesnė suma, o kai reikia gali būti taikoma ir mažesnėms išmokoms. Atkreipiamas dėmesys, kad išankstinės išmokos turi būti mokamos tik išskirtiniais atvejais ir turi atitikti JTVP finansinius reglamentus ir taisykles.
29 THE CONTRACT] % (... percent) of the amount accepted for payment until the cumulative amount of the deductions so effected shall equal the amount of the advance payment Owing to [...], Article(s) [...] of the General Conditions in Annex I shall be amended to read/be deleted. 11 kauptinė tokių išskaitų suma susilygins su avansinės išmokos suma Atsižvelgiant į *...+, I priede pateiktų Bendrųjų sąlygų *...+ straipsnis (- iai) turi būti pakeisti taip/panaikinti Submission of invoices 5.1 An original invoice shall be submitted by mail by the Contractor for each payment under the Contract to the following address: Invoices submitted by fax shall not be accepted by UNDP. 5. Sąskaitų-faktūrų pateikimas 5.1 Kiekvienos išmokos sąskaitos-faktūros originalą Sutarties dalyvis turi paštu atsiųsti šiuo adresu: JTVP nepriima faksu atsiųstų sąskaitųfaktūrų. 6. Time and manner of payment 6.1 Invoices shall be paid within thirty (30) days of the date of their acceptance by UNDP. UNDP shall make every effort to accept an invoice or so advise the Contractor of its non-acceptance within a reasonable time from receipt. 6.2 All payments shall be made by UNDP to the following Bank account of the Contractor: 6. Mokėjimo laikas ir būdas 6.1 Sąskaitos-faktūros turi būti apmokamas per šešiasdešimt (60) dienų nuo jų patvirtinimo JTVP. JTVP turi stengtis patvirtinti sąskaitąfaktūrą arba informuoti Sutarties dalyvį apie nepriėmimą per pagrįstą laiką nuo gavimo. 6.2 Visas išmokas JTVP perveda į šią Sutarties dalyvio banko sąskaitą: [NAME OF THE BANK] PAVADINIMAS] [BANKO NUMBER] [ACCOUNT NUMERIS] *SĄSKAITOS This clause must be used when an advance payment is granted (whatever the amount) in a cost reimbursement contract. A payment upon signature is considered an advance payment. Šis poskyris turi būti taikomas, kai avansinė išmoka (bet kokio dydžio) mokama pagal išlaidų padengimo tipo sutartį. Išmoka pasirašius sutartį laikoma avansine. This is a sample clause for the rare cases where there is a conflict with a provision of the General Conditions which does not involve privileges and immunities, arbitration or some other fundamental aspects of the UNDP legal status. All such changes to the General Conditions shall require consultation with OLPS/BOM (OFFICE OF LEGAL AND PROCUREMENT SUPPORT/BUREAU OF MANAGEMENT) Tai yra pavyzdinis poskyris, skirtas retiems atvejams, kai atsiranda prieštara su Bendrųjų sąlygų nuostatomis, nesusijusiomis su privilegijomis ir imunitetu, arbitražu ar kai kuriais kitais pagrindiniais JTVP teisinio statuso aspektais. Visi tokio pobūdžio Bendrųjų sąlygų pakeitimai turi būti suderinti su Teisės ir pirkimų skyriumi/valdymo biuru.
30 [ADDRESS OF THE BANK] [BANKO ADRESAS] 7. Entry into force. Time limits. 7.1 The Contract shall enter into force upon its signature by both parties. 7.2 The Contractor shall commence the performance of the Services not later than [INSERT DATE] and shall complete the Services within [INSERT NUMBER OF DAYS OR MONTHS] of such commencement. 7.3 All time limits contained in this Contract shall be deemed to be of the essence in respect of the performance of the Services. 8. Modifications 8.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representative of the Contractor and [NAME AND TITLE] UNDP. 9. Notifications For the UNDP: For the purpose of notifications under the Contract, the addresses of UNDP and the Contractor are as follows: [INSERT CONTRACT REFERENCE & NUMBER] Telex: Fax: Cable: For the Contractor: [INSERT NAME, ADDRESS AND TELEX, FAX AND CABLE NUMBERS] Name: Address: Telex: Fax: 7. Įsigaliojimas. Trukmė. 7.1 Sutartis įsigalioja ją pasirašius abiem šalims. 7.2 Sutarties dalyvis turi pradėti teikti paslaugas ne vėliau kaip *ĮRAŠYTI DATĄ+ ir pabaigti jų teikimą per *ĮRAŠYTI DIENŲ ARBA MĖNESIŲ SKAIČIŲ+ nuo pradžios. 7.3 Teikiant paslaugas būtina laikytis visų šioje Sutartyje nustatytų laiko apribojimų. 8. Pakeitimai 8.1 Bet kokius šio Sutarties pakeitimus turi raštu patvirtinti abi šalys ir pasirašyti įgaliotas Sutarties dalyvio atstovas ir *VARDAS, PAVARDĖ IR PAREIGOS+, JTVP. 9. Pranešimai JTVP: Pranešimai pagal Sutartį turi būti siunčiami šiais JTVP ir Sutarties dalyvio adresais: *ĮRAŠYTI SUTARTIES ŽYMENĮ IR NUMERĮ+ Teleksas: Faksas: Telegrafas: Sutarties dalyvio: [ĮRAŠYTI PAVADINIMĄ, ADRESĄ IR TELEKSO, FAKSO BEI TELEGRAFO NUMERIUS] Pavadinimas: Adresas: Teleksas: Faksas: Telegrafas:
31 Cable: If the above terms and conditions meet with your agreement as they are typed in this letter and in the Contract Documents, please initial every page of this letter and its attachments and return to this office one original of this Contract, duly signed and dated. Jei sutinkate su pirmiau pateiktomis sąlygomis, išdėstytomis šiame rašte ir Sutarties dokumentuose, prašome pasirašyti kiekvieną šio rašto ir jo priedų puslapį ir grąžinti biurui vieną šios Sutarties originalą, tinkamai pasirašytą ir su nurodyta data. Yours sincerely, nuoširdžiai Jūsų, NAME AND TITLE] [INSERT PAREIGAS] *ĮRAŠYTI VARDĄ, PAVARDĘ IR For [INSERT NAME OF THE COMPANY/ORGANIZATION] Agreed and Accepted: Signature Name: Title: Date: *ĮRAŠYTI ĮMONĖS (ORGANIZACIJOS) PAVADINIMĄ+ vardu Sutinku ir patvirtinu: Parašas Vardas, pavardė: Pareigos: Data:
32 General Business Guide - General conditions for the Procurement of Services 1.0 Legal Status The Contractor shall be considered as having the legal status of an independent contractor vis-à-vis the United Nations. The Contractor's personnel and sub-contractors shall not be considered in any respect as being the employees or agents of the United Nations. 2.0 Source of instruction The Contractor shall neither seek nor accept instructions from any authority external to the United Nations in connection with the performance of its services under this Contract. The Contractor shall refrain from any action which may adversely affect the United Nations and shall fulfill its commitments with the fullest regard to the interests of the United Nations. 3.0 Contractor's responsibility for Employee The Contractor shall be responsible for the professional and technical competence of its employees and will select, for work under this Contract, reliable individuals who will perform effectively in the implementation of this Contract, respect the local customs, and conform to a high standard of moral and ethical conduct. 4.0 Assignment he Contractor shall not assign, transfer, pledge or make other disposition of this Contract or any part thereof, or any of the Contractor's rights, claims or obligations under this Contract except with the prior written consent of the United Nations. 5.0 Sub-Contracting In the event the Contractor requires the services of sub-contractors, the Contractor shall obtain the prior written approval and clearance of the United Nations for all sub-contractors. The approval of the United Nations of a sub-contractor shall not relieve the Contractor of any of its obligations under this Contract. The terms of any sub-contract shall be subject to and conform with the provisions of this Bendrasis verslo vadovas Bendrosios paslaugų pirkimo sąlygos 1.0 Teisinė padėtis Sutarties dalyvis laikomas turinčiu nepriklausomo nuo Jungtinių Tautų sutarties dalyvio statusą. Sutarties dalyvio darbuotojai ir subrangovai nelaikomi Jungtinių Tautų darbuotojais ar atstovais. 2.0 Nurodymų šaltinis Sutarties dalyvis klausia ir priima su jo paslaugų pagal Sutartį vykdymu susijusius nurodymus tik iš Jungtinių Tautų institucijų. Sutarties dalyvis susilaiko nuo veiksmų, kurie gali neigiamai paveikti Jungtines Tautas, ir savo įsipareigojimus vykdo išimtinai atsižvelgdamas į Jungtinių Tautų interesus. 3.0 Sutarties dalyvio atsakomybė už darbuotojus Sutarties dalyvis atsako už savo darbuotojų profesinę ir techninę kompetenciją ir darbui pagal šią Sutartį pasirenka patikimus asmenis, kurie efektyviai vykdys šią Sutartį, gerbs vietos papročius ir atitiks aukštus moralės bei etinius elgesio standartus. 4.0 Teisių perleidimas Sutarties dalyvis neturi teisės perleisti, perkelti, įkeisti ar kitaip disponuoti Sutartimi ar jos dalimi, Sutarties dalyvio teisėmis, pretenzijomis ar įsipareigojimais pagal šią Sutartį, išskyrus atvejus, kai gautas išankstinis rašytinis Jungtinių Tautų sutikimas. 5.0 Subrangos sutarčių sudarymas Jei Sutarties dalyviui reikalingos subrangovų paslaugos, Sutarties dalyvis visiems subrangovams parūpina išankstinį rašytinį Jungtinių Tautų patvirtinimą ir leidimą. Jungtinių Tautų subrangovo patvirtinimas neatleidžia Sutarties dalyvio nuo įsipareigojimų, prisiimtų pagal Sutartį. Subrangos sutarties sąlygoms taikomos šios Sutarties nuostatos, pirmosios atitinka pastarąsias.
33 Contract. 6.0 Officials not to benefit The Contractor warrants that no official of the United Nations has received or will be offered by the Contractor any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees that breach of this provision is a breach of an essential term of this Contract. 7.0 Indemnification The Contractor shall indemnify, hold and save harmless, and defend, at its own expense, the United Nations, its officials, agents, servants and employees from and against all suits, claims, demands, and liability of any nature or kind, including their costs and expenses, arising out of acts or omissions of the Contractor, or the Contractor's employees, officers, agents or subcontractors, in the performance of this Contract. This provision shall extend, inter alia, to claims and liability in the nature of workmen's compensation, products liability and liability arising out of the use of patented inventions or devices, copyrighted material or other intellectual property by the Contractor, its employees, officers, agents, servants or sub-contractors. The obligations under this Article do not lapse upon termination of this Contract. 8.0 Insurance and Liabilities to third Party 6.0 Neteisėto atlyginimo draudimas Sutarties dalyvis užtikrina, kad Jungtinių Tautų pareigūnai negavo, o Sutarties dalyvis nesiūlys tiesioginės ar netiesioginės naudos, atsirandančios iš šios Sutarties, ar atlygio iš jos. Sutarties dalyvis sutinka, kad šios nuostatos pažeidimas yra esminis šios Sutarties pažeidimas. 7.0 Žalos atlyginimas Individualus sutarties dalyvis savo sąskaita saugo ir gina Jungtines Tautas, jos pareigūnus, atstovus, pavaldinius ir darbuotojus nuo ieškinių, pretenzijų, reikalavimų ir atsakomybės nepriklausomai nuo jų rūšies ar pobūdžio, įskaitant išlaidas, kylančias iš Sutarties dalyvio, Sutarties dalyvio darbuotojų, pareigūnų ar subrangovų veiksmų ar neveikimo vykdant šią Sutartį. Ši nuostata, bet kita ko, taikoma Sutarties dalyvio, jo darbuotojų, pareigūnų, atstovų, pavaldinių ir subrangovų pretenzijoms ir atsakomybei už darbuotojams padarytą žalą, atsakomybei už netinkamos kokybės produktus ir atsakomybei, kylančiai iš naudojimosi patentuotais išradimais ar prietaisais, autorių teisės saugomais duomenimis ar kita intelektine nuosavybe. Šiame straipsnyje nurodyti įsipareigojimai taikomi ir Sutarčiai pasibaigus. 8.0 Draudimas ir atsakomybė tretiesiems asmenims 8.1: The Contractor shall provide and thereafter maintain insurance against all risks in respect of its property and any equipment used for the execution of this Contract. 8.2: The Contractor shall provide and thereafter maintain all appropriate workmen's compensation insurance, or its equivalent, with respect to its employees to cover claims for personal injury or death in connection with this Contract. 8.3: The Contractor shall also provide and thereafter maintain liability insurance in an adequate amount to cover third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection with the provision of services under this 8.1. Sutarties dalyvis parūpina ir išlaiko draudimą nuo rizikų jo nuosavybei ir įrangai, naudojamai šiai Sutarčiai vykdyti Sutarties dalyvis parūpina ir išlaiko tinkamą darbuotojams padarytos žalos draudimą ar jo ekvivalentą, kuris taikomas jo darbuotojams pareiškus pretenzijas dėl su šia Sutartimi susijusio sužalojimo ar mirties Sutarties dalyvis taip pat parūpina ir išlaiko pakankamą draudimą trečiųjų asmenų reikalavimams dėl mirties ar sužalojimo, nuostolių ar žalos nuosavybei, kylantiems iš šios Sutarties paslaugų ar su jomis susijusiems, ar dėl darbo transporto priemonėmis, laivais,
34 Contract or the operation of any vehicles, boats, aeroplanes or other equipment owned or leased by the Contractor or its agents, servants, employees or sub-contractors performing work or services in connection with this Contract. 8.4: Except for the workmen's compensation insurance, the insurance policies under this Article shall: Name the United Nations as additional insured; Include a waiver of subrogation of the Contractor's rights to the insurance carrier against the United Nations; Provide that the United Nations shall receive thirty (30) days written notice from the insurers prior to any cancellation or change of coverage. 8.5: The Contractor shall, upon request, provide the United Nations with satisfactory evidence of the insurance required under this Article. 9.0 Encumbrances/Liens The Contractor shall not cause or permit any lien, attachment or other encumbrance by any person to be placed on file or to remain on file in any public office or on file with the United Nations against any monies due to become due for any work done or materials furnished under this Contract, or by reason of any other claim or demand against the Contractor Title to Equipment Title to any equipment and supplies that may be furnished by the United Nations shall rest with the United Nations and any such equipment shall be returned to the United Nations at the conclusion of this Contract or when no longer needed by the Contractor. Such equipment, when returned to the United Nations, shall be in the same condition as when delivered to the Contractor, subject to normal wear and tear. The Contractor shall be liable to compensate the United Nations for equipment determined to be damaged or degraded beyond normal wear and tear Copyright, Patents and other Proprietary rights lėktuvais ar kita įranga, priklausančia Sutarties dalyviui ar jo atstovams, pavaldiniams, darbuotojams ar subrangovams nuosavybės teise ar išsinuomota vykdant darbą ar paslaugas pagal šią Sutartį Draudimo polise pagal šį straipsnį (netaikoma darbuotojams padarytai žalai drausti): Jungtinės Tautos nurodomos papildomu draudėju; Įtraukiamas draudimas perleisti Sutarties dalyvio teises draudikui prieš Jungtines Tautas; Nustatoma, kad draudikas privalo ne vėliau kaip prieš trisdešimt (30) dienų apie draudimo sutarties nutraukimą ar pakeitimą pranešti Jungtinėms Tautoms Sutarties dalyvis pareikalavus pateikia Jungtinėms Tautoms pakankamus šiame straipsnyje reikalaujamo draudimo įrodymus. 9.0 Apsunkinimai (areštas) Sutarties dalyvis neleidžia tretiesiems asmenims (viešojo valdymo srityje ir Jungtinėse Tautose) areštuoti ar kitaip apsunkinti (ar tai išlaikyti) už pagal šią Sutartį atliktus darbus ar pateiktas medžiagas mokėtinas sumas ar dėl kitų pretenzijų ar reikalavimų Sutarties dalyviui Įrangos nuosavybė Jungtinių Tautų pateikta įranga ir atsargos nuosavybės teise priklauso Jungtinėms Tautoms; ši įranga, Sutarčiai pasibaigus ar tapus Sutarties dalyviui nebereikalinga, grąžinama Jungtinėms Tautoms. Jungtinėms Tautoms grąžinamos įrangos būklė turi atitikti pateiktos Sutarties dalyviui įrangos būklę, atsižvelgiant į normalų nusidėvėjimą. Sutarties dalyvis atlygina Jungtinėms Tautoms už įrangą, apgadintą ar pablogėjusią daugiau nei lestina pagal normalų nusidėvėjimą Autorių teisės, patentai ir kitos savininko teisės
35 The United Nations shall be entitled to all intellectual property and other proprietary rights including but not limited to patents, copyrights, and trademarks, with regard to products, or documents and other materials which bear a direct relation to or are produced or prepared or collected in consequence of or in the course of the execution of this Contract. At the United Nations' request, the Contractor shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring them to the United Nations in compliance with the requirements of the applicable law Use of Name, Emblem or official Seal of the United Nation The Contractor shall not advertise or otherwise make public the fact that it is a Contractor with the United Nations, nor shall the Contractor, in any manner whatsoever use the name, emblem or official seal of the United Nations, or any abbreviation of the name of the United Nations in connection with its business or otherwise Confidential nature of Documents and Information Jungtinėms Tautoms priklauso intelektinės nuosavybės ir kitos savininko teisės, įskaitant patentus, autorių teises ir prekių ženklus, į produktus, dokumentus ar kitą medžiagą, tiesiogiai susijusią, pagamintą, parengtą vykdant šią Sutartį ar jos vykdymo rezultatą. Jungtinių Tautų prašymu Sutarties dalyvis imasi visų reikiamų priemonių, sudaro reikiamus dokumentus ir apskritai padeda apsaugoti šias savininko teises ir perduoti jas Jungtinėms Tautoms pagal teisės aktų reikalavimus Jungtinių Tautų pavadinimo, herbo ir oficialaus antspaudo naudojimas Sutarties dalyvis neturi teisės reklamuoti ar kitaip viešai skelbti esąs Sutarties su Jungtinėmis Tautomis dalyvis; Sutarties dalyvis taip pat neturi teisės naudoti Jungtinių Tautų pavadinimo, herbo ar oficialaus antspaudo ar Jungtinių Tautų pavadinimo santrumpos savo versle ar kitu būdu Konfidencialūs dokumentai ir informacija 13.1: All maps, drawings, photographs, mosaics, plans, reports, recommendations, estimates, documents and all other data compiled by or received by the Contractor under this Contract shall be the property of the United Nations, shall be treated as confidential and shall be delivered only to United Nations authorized officials on completion of work under this Contract. 13.2: The Contractor may not communicate at any time to any other person, Government or authority external to the United Nations, any information known to it by reason of its association with the United Nations which has not been made public except with the authorization of the United Nations; nor shall the Contractor at any time use such information to private advantage. These obligations do not lapse upon termination of this Contract Force Majeure/Other changes in conditions 14.1: In the event of and as soon as possible after Sutarties dalyvio pagal šią Sutartį sukurti ar gauti žemėlapiai, brėžiniai, fotografijos, mozaikos, planai, ataskaitos, rekomendacijos, įvertinimai, dokumentai ir kiti duomenys yra Jungtinių Tautų nuosavybė, laikomi konfidencialiais ir, atlikus darbus pagal šią Sutartį, perduodami tik Jungtinių Tautų įgaliotiems pareigūnams Sutarties dalyvis neturi teisės tretiesiems asmenims, vyriausybei ar Jungtinėms Tautoms nepriklausančioms institucijoms perduoti jam dėl ryšių su Jungtinėmis Tautomis žinomą neviešą informaciją (išskyrus tuos atvejus, kai gaunamas Jungtinių Tautų sutikimas), be to, Sutarties dalyvis neturi teisės naudoti tokios informacijos dėl asmeninių interesų. Šie įsipareigojimai taikomi ir Sutarčiai pasibaigus Nenugalima jėga (force majeure) ir kiti aplinkybių pasikeitimai Atsiradus nenugalimos jėgos (force majeure)
36 the occurrence of any cause constituting force majeure, the Contractor shall give notice and full particulars in writing to the United Nations, of such occurrence or change if the Contractor is thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. The Contractor shall also notify the United Nations or any other changes in conditions or the occurrence of any event which interferes or threatens to interfere with its performance of this Contract. On receipt of the notice required under this Article, the United Nations shall take such action as, in its sole discretion, it considers to be appropriate or necessary in the circumstances, including the granting to the Contractor of a reasonable extension of time in which to perform its obligations under this Contract. 14.2: If the Contractor is rendered permanently unable, wholly, or in part, by reason of force majeure to perform its obligations and meet its responsibilities under this Contract, the United Nations shall have the right to suspend or terminate this Contract on the same terms and conditions as are provided for in Article 15, "Termination", except that the period of notice shall be seven (7) days instead of thirty (30) days. 14.3: Force Majeure as used in this Article means acts of God, war (whether declared or not), invasion, revolution, insurrection, or other acts of a similar nature or force Termination 15.1: Either party may terminate this Contract for cause, in whole or in part, upon thirty (30) days notice, in writing, to the other party. The initiation of arbitral proceedings in accordance with Article 16 "Arbitration" below shall not be deemed a termination of this Contract. 15.2: The United Nations may terminate forthwith this Contract at any time should be mandate or the fundings of the Mission/Agency be curtailed or terminated, in which case the Contractor shall be reimbursed by the United Nations for all reasonable costs incurred by the Contractor prior to receipt of the notice of termination. 15.3: In the event of any termination by the United Nations under this Article, no payment shall be due aplinkybėms, Sutarties dalyvis raštu išsamiai praneša Jungtinėms Tautoms apie tokį įvykį ar priežastį, jei dėl to Sutarties dalyviui yra neįmanoma visiškai ar iš dalies vykdyti savo sutartinių prievolių ar įsipareigojimų. Sutarties dalyvis taip pat praneša Jungtinėms Tautoms apie aplinkybių pasikeitimą ar įvykį, kuris trukdo ar gali trukdyti vykdyti Sutartį. Jungtinės Tautos, gavusios pagal šį straipsnį reikalaujamą pranešimą, savo nuožiūra imasi tokių veiksmų, kuriuos laiko tinkamais ar būtinais pagal aplinkybes; jos taip pat gali suteikti protingą terminą Sutarties dalyviui sutartiniams įsipareigojimams įvykdyti Jei Sutarties dalyviui dėl nenugalimos jėgos (force majeure) aplinkybių yra neįmanoma ilgą laiką visiškai ar iš dalies vykdyti savo sutartinių prievolių ar įsipareigojimų, Jungtinės Tautos turi teisę sustabdyti ar nutraukti Sutartį 15 straipsnyje ( Nutraukimas ) nustatyta tvarka, su ta išimtimi, kad vietoj trisdešimties (30) dienų taikomas septynių (7) dienų įspėjimo terminas Šiame straipsnyje naudojama nenugalimos jėgos (force majeure) aplinkybių sąvoka reiškia stichinę nelaimę, karą (paskelbtą ir nepaskelbtą), invaziją, revoliuciją, sukilimą ar kitus panašaus pobūdžio ar jėgos įvykius Nutraukimas Bet kuri šalis turi teisę visiškai ar iš dalies nutraukti šią Sutartį raštu pranešusi kitai šaliai prieš trisdešimt (30) dienų. Arbitražo bylos iškėlimas pagal 16 straipsnį ( Arbitražas ) nelaikomas šios Sutarties nutraukimu Jungtinės Tautos turi teisę nedelsiant nutraukti šią Sutartį apribojus ar nutraukus Misijos ar Atstovybės mandatą ar finansavimą; Sutarties dalyviui atlyginamos jo pagrįstos išlaidos iki pranešimo apie nutraukimą gavimo Jungtinėms Tautoms nutraukus šią Sutartį pagal šį straipsnį, Jungtinės Tautos Sutarties dalyviui sumoka tik už tinkamai ir laikantis šios Sutarties sąlygų įvykdytą darbą ir
37 from the United Nations to the Contractor except for work and services satisfactorily performed in conformity with the express terms of this Contract. 15.4: Should the Contractor be adjudged bankrupt, or be liquidated or become insolvent, or should the Contractor make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the insolvency of the Contractor, the United Nations may, without prejudice to any other right or remedy it may have under the terms of these conditions, terminate this Contract forthwith. The Contractor shall immediately inform the United Nations of the occurrence of any of the above events Settlement of Disputes 16.1 Amicable Settlement: The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Contract or the breach, termination or invalidity thereof. Where the parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then prevailing, or according to such other procedure as may be agreed between the parties Arbitration: Any dispute, controversy or claim between the Parties arising out or relating to this Contract or the breach, termination or invalidity thereof, unless settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then prevailing. The arbitral tribunal shall have no authority to award punitive damages. The parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute Privileges and Immunities Nothing in or relating to this Contract shall be deemed a waiver, express or implied, of any of the privileges and immunities of the United Nations, including its subsidiary organs. suteiktas paslaugas Teismas, paskelbus Sutarties dalyvio bankrotą, likvidavimą ar nemokumą, Sutarties dalyviui perleidus teises savo kreditorių naudai, ar Sutarties dalyvio nemokumui nustatyti paskyrus likvidatorių, Jungtinės Tautos, nepažeidžiant kitų teisių ar teisės gynimo būdų pagal šias sąlygas, turi teisę nedelsdamos nutraukti šią Sutartį. Sutarties dalyvis nedelsdamas informuoja Jungtines Tautas apie aukščiau nurodyto įvykio atsiradimą Ginčų sprendimas Taikus sprendimas: Šalys deda visas pastangas iš šios Sutarties kylantiems ar su ja ar jos pažeidimu, nutraukimu ar negaliojimu susijusiems ginčams, nesutarimams ir pretenzijoms taikiai išspręsti. Šalims norint pasiekti tokį taikų sprendimą derybomis, jos vyksta pagal galiojančias UNCITRAL taikinimo procedūros arba pagal kitokias šalių suderintas taisykles Arbitražas: Šalių ginčai, nesutarimai ar pretenzijos, kylantys iš Sutarties ar susiję su ja ar jos pažeidimu, nutraukimu ar negaliojimu perduodami Arbitražui pagal galiojančias UNCITRAL Arbitražo taisykles, išskyrus atvejus, kai juos pavyksta taikiai išspręsti per šešiasdešimt (60) dienų po šalies prašymo gavimo dienos. Arbitražo teismas neturi teisės priteisti baudinių nuostolių. Šalims Arbitražo sprendimas privalomas ir laikomas galutiniu nesutarimo, pretenzijos ar ginčo sprendimu Privilegijos ir imunitetai Šios sutarties ar su ja susijusių dokumentų nuostatos nelaikomos aiškiu ar numanomu Jungtinių Tautų ir jos pagalbinių institucijų privilegijų ar imuniteto atsisakymu.
38 18.0 Tax Exemption 18.1 : Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter-alia, that the United Nations, including its subsidiary organs, is exempt from all direct taxes, except charges for public utility services, and is exempt from customs duties and charges of a similar nature in respect of articles imported or exported for its official use. In the event any governmental authority refuses to recognize the United Nations exemption from such taxes, duties or charges, the Contractor shall immediately consult with the United Nations to determine a mutually acceptable procedure : Accordingly, the Contractor authorizes the United Nations to deduct from the Contractor's invoice any amount representing such taxes, duties or changes, unless the Contractor has consulted with the United Nations before the payment thereof and the United Nations has, in each instance, specifically authorized the Contractor to pay such taxes, duties or charges under protest. In that event, the Contractor shall provide the United Nations with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized. 19.CHILD LABOUR 19.1 The Contractor represents and warrants that neither it, nor any of its suppliers is engaged in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical mental, spiritual, moral or social development Any breach of this representation and warranty shall entitle UNDP to terminate this Contract immediately upon notice to the Contractor, at no cost to UNDP Atleidimas nuo mokesčių Konvencijos dėl Jungtinių Tautų privilegijų ir imunitetų 7 skyriuje, be kita ko, numatoma, kad Jungtinės Tautos, įskaitant jos pagalbines institucijas, atleidžiamos nuo visų tiesioginių mokesčių, išskyrus išlaidas už komunalines paslaugas, ir yra atleistos nuo muitų ir panašaus pobūdžio išlaidų dėl jos oficialiam naudojimui skirtų prekių importo ir eksporto. Tuo atveju, jei bet kuri vyriausybinė institucija atsisako pripažinti Jungtinių Tautų atleidimą nuo tokių mokesčių, muitų ar išlaidų, Sutarties dalyvis nedelsdamas pasitaria su Jungtinėmis Tautomis, siekdamas nustatyti abiem pusėms priimtiną procedūrą Atitinkamai Sutarties dalyvis įgalioja Jungtines Tautas išskaičiuoti iš Sutarties dalyvio sąskaitos sumas, reiškiančias tokius mokesčius, muitus ar išlaidas, išskyrus atvejus, kai Sutarties dalyvis pasikonsultavo su Jungtinėmis Tautomis prieš jų mokėjimą ir Jungtinės Tautos kiekvienu atveju specialiai įgaliojo Sutarties dalyvį prieš jo valią sumokėti tokius mokesčius, muitus ar išlaidas. Tokiu atveju Sutarties dalyvis pateikia Jungtinėms Tautoms rašytinius įrodymus, kad šie mokesčiai, muitai ar išlaidos apmokėti tinkamai įgaliojus. 19.VAIKŲ DARBAS 19.1 Sutarties dalyvis patvirtina ir garantuoja, kad nei jis, nei jokie jo tiekėjai nėra susiję su praktika, kuri yra nesuderinama su Vaiko teisių konvencijoje nustatytomis teisėmis, įskaitant 32 straipsnį, kuriame inter alia reikalaujama, kad vaikas turi būti apsaugotas nuo bet kokio darbo, kuris gali būti pavojingas arba trukdyti jo lavinimui, yra žalingas vaiko sveikatai arba fiziniam, protiniam, dvasiniam, moraliniam arba socialiniam vystymuisi Bet koks šio patvirtinimo ir garantijos pažeidimas suteikia JTVP teisę nedelsiant nutraukti šią Sutartį pranešus apie tai Sutarties dalyviui, be jokių piniginių sankcijų JTVP. 20.MINES 20.1 The Contractor represents and warrants that neither it nor any of its suppliers is actively and directly engaged in patent activities, development, assembly, production, trade or 20.MINOS 20.1 Sutarties dalyvis patvirtina ir garantuoja, kad nei jis, nei jokie jo tiekėjai nėra aktyviai ir tiesiogiai susiję su minų patentine veikla, kūrimu, surinkimu, gamyba ir prekyba arba veikla, susijusia su sudedamosiomis
39 manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term "Mines" means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of dalimis, kurių pagrindinė paskirtis minų gamyba. Terminas minos reiškia įtaisus, apibrėžtus 1980 m. Konvencijos dėl tam tikrų įprastinių ginklų, kurie gali būti laikomi pernelyg žalojančiais arba veikia nesirinktinai, II protokolo 2 straipsnio 1, 4 ir 5 pastraipose Any breach of this representation and warranty shall entitle UNDP to terminate this Contract immediately upon notice to the Contractor, without any liability for termination charges or any other liability of any kind of UNDP. 21.Observance of the law 21.1The Contractor shall comply with all laws, ordinances, rules and regulations bearing upon the performance of its obligations under the terms of this Contract. Authority to modify 22.1 Pursuant to the Financial Regulations and Rules of the United Nations the authority to agree on behalf of the United Nations to any modification of or change in this Contract, to a waiver of any of its provisions or to any additional contractual relationship of any kind with the Contractor shall be decided by Procurement Offices. Accordingly, no modification or change in this Contract shall be valid and enforceable against the United Nations unless an amendment to this Contract is provided by the proper authority Bet koks šio patvirtinimo ir garantijos pažeidimas suteikia JTVP teisę nedelsiant nutraukti šią Sutartį pranešus apie tai Sutarties dalyviui, be jokių sutarties nutraukimo nuobaudų ar kokių nors kitų piniginių sankcijų JTVP. 21.Teisės aktų laikymasis Sutarties dalyvis laikosi įstatymų, potvarkių, taisyklių ir nuostatų, susijusių su jo sutartinių įsipareigojimų vykdymu. Įgaliojimai pakeitimams atlikti 22.1 Pagal Finansinius nuostatus ir Jungtinių Tautų taisykles, Aprūpinimo valdyba sprendžia Jungtinių Tautų vardu dėl pritarimo nedideliems šios Sutarties pakeitimams, jos nuostatų atsisakymui, papildomiems santykiams su Sutarties dalyviu. Atitinkamai šios Sutarties pakeitimas galioja ir taikytinas Jungtinėms Tautoms tik gavus tinkamos institucijos leidimą.
40 Vardas, Pavardė: Name, Surname: Kontaktinė informacija: Contact information: Siūlomas vaidmuo projekte: Proposed role in the Project: SIŪLOMO SPECIALISTO DEKLARACIJA DECLARATION OF THE PROPOSED EXPERT Konkurso sąlygų priedas Nr. 5 RFP Annex 5 Išsilavinimas: Education: Institucija (nuo iki)/institution (from until) Gautas laipsnis(iai) ar diplomas(ai)/received degree/(s) and diplomas Profesinė kvalifikacija, patirtis: Professional qualification, experience: Data (nuo Darbo patirtis, vykdytos veiklos, iki)/date (from dalyvavimas projektuose /Work until) experience, executed activities, participation in projects Pareigos, funkcijos/position, Functions Publikacijos/Publications Pasižadėjimas: Aš, žemiau pasirašęs(iusi), čia deklaruoju, kad sutinku dalyvauti su tiekėju (nurodomas tiekėjo pavadinimas) konkurso dėl Socialinės atsakomybės, aplinkos vadybos standartų ir (ar) socialinės atsakomybės iniciatyvų diegimo paslaugų procedūrose. Aš taip pat deklaruoju, kad pasiūlymo sėkmės atveju turiu galimybę ir norą dirbti tuo laikotarpiu, kuris yra numatytas pasiūlyme, atlikdamas(a) funkcijas, kurių įgyvendinimui buvau įtrauktas(a) į ekspertų sąrašą. Aš taip pat deklaruoju, kad nedalyvauju kito tiekėjo pasiūlyme tam pačiam konkursui kaip projekto ekspertas. Aš suprantu, kad jeigu duosiu sutikimą ir būsiu įtrauktas(a) į kito tiekėjo pasiūlymą tam pačiam konkursui kaip projekto ekspertas, visi tokie pasiūlymai bus atmesti. Vow: I, by signing below, declare my agreement to participate with the supplier (the name of the supplier is included) in the tender procedures of Social Responsibility, Environmental Management Standards and (or) Social Responsibility Initiatives Implementation. I also declare that under the circumstance of the offer success, have a possibility and wish to work during the time indicated in the offer, by performing my functions, for which realisation I was included in the expert list. I also declare my non-participation as an project expert in other supplier offer for the same tender. I understand that if I agree and will be included in other supplier s list for the same tender as project expert, all such offers will be rejected. Vardas ir pavardė/name and Surname Parašas/Signature Data/Date
41 Konkurso sąlygų priedas Nr. 6 RFP Annex 6 OFFEROR QUALIFICATION REQUIREMENTS The offeror, who participates in the procurement procedure, shall meet these minimum qualification requirements: General requirements: No Minimum qualification requirements Documentation supporting qualifications The supplier (natural person) or the supplier s CEO (legal person) or the full member (members) of the economic entity, which have the right to sign contracts in the name of the legal person, and the accountant (accountants) or other person (persons), who have the right to prepare and sign the accounting documents of the supplier, do not have a conviction (or convictions have expired or been cancelled) there was no sentence passed and in power for the supplier (legal person) during the period of last 5 years for participating in criminal association, organization or heading of such criminal organization, for bribery, bribery of the intermediary, fraud, usage of credit, loan or targeted support for other purposes or not following the established procedure, credit fraud, tax eviction, presentation of false documents on income, profit or assets, non-submission of declaration, report or other document, criminal acquisition and realization of assets, legalizations of criminally acquired money or assets, and concerning suppliers from other countries there is no sentence passed and in power for crimes defined in legal acts of the European Union listed in part 1 of article 45 of directive 2004/18/EC of 31 march 2004 of the European Parliament and Council concerning coordination of the procedure of drawing contracts of public procurement of works, goods or services. Extract from the decision of the court or a document issued by the department of informatics and communication under the ministry of internal affairs, or public institution centre of registers, in accordance with the procedure established by the government, confirming the joint data managed by the competent institutions, or a respective institution of the foreign country (original or a properly confirmed copy*) issued no earlier than 30 days before the end of the term of submission of proposals. If the document was issued earlier, but the term of its validity is longer than the term of submission of proposals, such document is acceptable in the term of its validity Supplier is not bankrupt, being liquidated, not in peace agreement with creditors, suspended or limited its activities or its position is not the same or similar under the laws of the country where it is registered. No legal action concerning a bankruptcy case is taken against it or a non-judicial bankruptcy process is not being carried out, the procedure of forced elimination or agreement with creditors is not being sought and no analogical procedures are in action under the law 1) Extract from the decision of the court or document (original or a properly confirmed copy*) from public institution centre of registers or a respective foreign institution, which certifies that the supplier is not bankrupt or being liquidated, no legal action concerning bankruptcy is taken against it or a non-judicial bankruptcy process is not being carried out, the procedure of forced elimination or agreement with creditors is not being sought, issued not earlier than 30 days to the end of the
42 of the country where it is registered Supplier has fulfilled their obligations concerning the payment of taxes The offeror has fulfilled obligations to the state social security institution Supplier must have the legal right to engage in the economic activity, which is needed, for implementation of the procurement contract A supplier must be registered in accordance with the procedure established by law. term of submission of proposals. If the document has been issued earlier but the term of its validity is longer than the term of submission of proposals, such document is acceptable in the term of its validity. 2) Supplier s declaration (Annex No. 2) declaring that the supplier is not in a peace contract with the creditors, suspended or limited its activities or a document issued by a respective foreign institution certifying that the supplier is not in a peace contract with the creditors, suspended or limited its activities, the procedure of forced elimination or agreement with creditors is not being sought or its position is not the same or similar under the laws of the country where it is registered, or a sworn statement or a official declaration that no such document is issued in a respective country, or it does not cover all the questions raised. Document issued by the territorial revenue service of the State Tax Inspectorate under the Ministry of Finance of the Republic of Lithuania, or by Public Institution Centre of Registers, in accordance with the procedure established by the Government of the Republic of Lithuania, confirming the joint data managed by the competent institutions, or a respective institution of the foreign country (original or a properly confirmed copy*) issued no earlier than 30 days before the end of the term of submission of proposals. If the document has been issued earlier, but the term of its validity is longer than the term of submission of proposals, such document is acceptable in the term of its validity. A certificate issued by the State Social Security Fund or an equivalent certificate issued by competent authorities of other Member States concerning the payment of social insurance contributions within 30 days before the submission period. If the document issued before the indicated period, but its validity exceeds the deadline for the submission of tenders, it shall be acceptable. Properly confirmed copy* of the Supplier s Articles of Association (for a legal person) which confirms the Supplier s rights to engage in the respective economic activity or adequate document issued by the relevant authorities in the country of registration. Copies of the registration certificate or a copy of the business certificate or individual activity certificate of a natural person, or other documents certifying the right of or other adequate document provided by the public bodies in the country of
43 registration. Special requirements: The economic and financial situation, technical, production and professional competencies: No Qualification requirements Documentation supporting qualifications For the last three fiscal years or since the supplier registration (if the offeror was conducting activities for less than three fiscal years), the average profitability index was positive A supplier's average annual turnover relevant to the procurement object (related to the area of management systems consulting, implementation and auditing) for the last three financial years or since the date of registration of the supplier (where the supplier has been engaged in the relevant activity for less than three financial years) should not be less than million Litas The critical liquidation coefficient for the last fiscal year (the offeror short term property and assets in stock difference relationship with the short term responsibilities) - minimum meaning is 0,5. If the short-term responsibilities are equal to 0, it is considered that the supplier meets critical liquidation requirement The quality management system of the supplier, related to the teachings and consultations, has to meet the requirements of the international standard ISO 9001:2008 or the requirements of the equivalent quality management system standard The management system of the offeror has to meet requirements of SA 8000:2008 standard or the equivalent social responsibility standard requirements (as for example ISO 26000) A supplier has to be certified to conduct environmental management system trainings. Profit and loss statements of the supplier for the years (or since the date of registration where the entity has been engaged in the relevant activity for less than three years) or the copies of the adequate documents of the supplier s registration country. The copies have to be duly certified by manager s or the authorized person s signature and seal. If the organization financial accountability has to be confirmed by the independent auditors according to the national laws, copies of recognized documents shall be provided. Profit and loss statements of the supplier for the years 2006, 2007 and 2008 (or since the date of registration where the entity has been engaged in the relevant activity for less than three years. Also, there has to be a certificate (any type template) confirming the qualification requirements and detailing the structure of the turnover (emphasizing the activities, related to the areas of consulting, implementation and auditing of the management systems). The copy of the offeror last fiscal year balance sheet, with sealed confirmation by the supplier s management or the authorized person and the declaration (any template), confirming the supplier s compatibility with this qualification requirement on the day of the proposal submission, duly certified by the manager s or the authorized person s signature and the seal of the supplier. There has to be submitted a duly certified copy of the valid certificate issued by the independent accredited institution, confirming that the supplier follows the ISO 9001 standard requirements or the requirements of equivalent quality management system standard. There has to be submitted a duly certified copy of the valid certificate, issued by the independent accredited institution, confirming that the supplier follows SA 8000 social responsibility requirements, or the requirements of equivalent social responsibility standard. Certificate, issued by the accredited institution, evidencing that the supplier can conduct accredited environmental management system
44 A supplier has conducted at least 3 trainings related to social responsibility, during each of those trained not less than 30 people, since registration date A supplier should have performed, over the last three years or since the date of registration (where the supplier has been engaged in the relevant activity for less than 3 years), at least 3 contracts; the assignment of those was implementation of social responsibility A supplier should have performed, over the last three years or since the date of registration (where the supplier has been engaged in the relevant activity for less than 3 years), at least 3 contracts; the assignment of those was environmental management system implementation The offeror has to offer at least 9 experts, who have to satisfy the requirements listed below and show the proving experience in CSR. #1 Expert- Project manager: Qualification and competencies: 1) The higher university or equivalent education (no less than Masters degree in social or technological science area); 2) At least 10 years of managerial experience in the area of management systems implementation projects; 3) Managerial experience, while running the position of project executor, in at least 1 project of management system implementation, with the value of at least Lt (tax included); 4) The managerial experience in at least 3 corporate social responsibility projects. 5) For the last 3 years, must have raised his trainings. 1) The list of the social responsibility trainings, conducted by the supplier, indicating: the service recipients, contact person, and dates for the trainings. 2) The certificate, issued by service recipient (at least 1) certifying satisfactory performance of the supplier. 1) A supplier s list of contracts on social responsibility implementation services, indicating: service recipients, contract objects, contact person, dates of the contract initiation and implementation. 2) The service recipients certificates (at least 1) certifying satisfactory performance of the supplier. 3) The service recipients certificates (at least 1) issued by an independent organization, evidencing equivalency with the implemented standard. 1) The list of the environmental management system implementation contracts, which the offeror successfully carried out, indicating: service recipients, the contact person of the service recipient, contract objects, short description, the dates of the contract initiation, the dates of the contract implementation. 2) The certificates of the service recipients (at least 1) certifying satisfactory performance of the supplier. 3) The certificates of the service recipients (at least 1), issued by an independent organization, evidencing equivalency with the implemented standard. There has to be submitted CVs of the proposed experts, proving equivalency for the set requirements, and authorized copies of the certificates, license and other documents or recommendations and authorized copies proving the university or equivalent education. Also, the written engagement of exceptional expertise and the agreement to participate (The conditions of tender procedure).
45 qualification at least once in the area of management systems. 6) Must have written at least one article and (or) publication in the area of social responsibility. 7) Has a certificate, evidencing the management systems auditor s qualification (IRCA auditors courses completion certificate or equivalent internationally recognized document). #2 Expert- Environmental security lecturer- auditor (at least 1) Qualification and competencies: 1) Higher university or equivalent education (no less than Masters Degree). 2) Has a certificate, evidencing environmental management systems auditor s qualification (IRCA auditors courses completion certificate or equivalent internationally recognized document). 3) Participation in at least 1 international project in the area of environmental security. 4) For the three years, ISO 14001/EMAS or equivalent standards external management audits in at least 5 organizations. 5) At least 3 years of experience in lecturing, providing teachings related with environmental security. #3 Expert- Social responsibility lecturer-auditor (at least 1) Qualification and competencies: 1) Higher university or equivalent education (at least Master Degree). 2) Has a certificate, evidencing social responsibility management systems auditor s qualification (Social Accountability International course completion certificate or equivalent document). 3) During the 3 years conducted external audits of SA 8000 or equivalent standards in at least 5 organizations (in Lithuania and/or foreign countries). 4) At least 3 years lecturing experience, conducting teachings in the area of social responsibility. #4, 5 Expert- Social responsibility lecturers (at least 2) Qualification and competencies: 1) Higher university or equivalent education (at least Masters Degree in social sciences); 2) At least 3 years of lecturing experience, conducting the teachings with social responsibility, business transparency. One lecturer has an experience of lecturing in the area of social responsibility at least once, in no less than two different countries. #6, 7, 8 Expert- management systems
46 implementation- auditing specialists (at least 3) Qualification and competencies: 1) Higher university or equivalent education (at least Masters Degree). 2) Internal auditor s qualification (confirming certificate or reference). 3) At least 3 years of working experience in the projects related to management systems implementation. 4) For the last 3 years at least 1 project implementation, for the social responsibility standards (SA 8000 or ISO 26000) implementation and initiation. 5) For the last 3 years at least 1 project conducted, while implementing environmental management systems standards (EMAS, ISO or equivalent standards). #9 Expert- Human resource management specialist (at least 1) Qualification and competencies: 1) Higher university or equivalent education (at least Masters Degree). 2) At least 3 years of lecturing experience, conducting teachings in the area of human resource management, organizational psychology. 3) At least 5 years practical experience in the area of human resource management. * - Copies of documents are endorsed by the signature of the supplier or a person authorised by the supplier, bearing the words "True Copy" and specifying the title of the position, first name (or initial), last name, date and seal (if any) Where a supplier is not able to submit the above-mentioned documents as such documents are not issued in the respective country or documents issued in that country do not cover all the relevant issues, a declaration of oath or an official declaration of the supplier may be presented. If a tenderer operates under a joint activity agreement: The tenderer should submit the joint activity agreement signed by all the partners of joint activity, which is legally binding on all partners. The agreement must specify the following: all the partners are jointly and severally liable for the performance of the contract under the terms and conditions of the contract, one of the partners is placed in charge and has the right to receive instructions on behalf of all the partners of joint activity individually and together, the entire service contract, including payments, is executed only through the partner in charge. Variations of partners of joint activity agreement without a prior written approval issued by the Purchaser are considered to be violation of the tender contract. The tenderer should submit the authorisation(s) of the person(s) who have signed the tender on behalf of joint activity; The requirements set down for tenderers in the points through must each partner operating under the joint activity agreement. Qualification requirements set down for tenderers in points must be jointly met by all the partners of joint activity.
47 If the Offeror envisages subcontracting, there a list of anticipated subcontractors has to be provided, indicating which services and of which scope are planned to be subcontracted (including the qualification certificates of the subcontractors). During the contract execution, the subcontractors chosen by the Offeror can be changed, in case if there will be an written approval, issued by the Purchaser and if newly proposed subcontractors qualification will be no less than qualification of these subcontractors, indicated in the Offeror s proposal. Subcontractors are not considered as proposers or participants in the tender procedure, but they are economic subjects, participating while submitting proposal. Every subcontractor individually has to meet qualification requirements that are set in the Tender procedure conditions, parts through (There has to be submitted information and documents proving subcontractors eligibility and compatibility with the set qualification requirements).
Video Production Services for the Ontario College of Trades (the College)
Video Production Services for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2014-03 Date Issued: 14 April 2014 1 TABLE OF CONTENTS A. INTRODUCTION...4 1. Objective...
RFP for the provision of FINANCIAL AUDIT OF THE MG940.03 MTI (Market Transformation Initiative SIDA Farmed Fish.
REQUEST FOR PROPOSAL (RFP) DOCUMENT WWF MWIOPO Près lot II M 85 Ter Antsakaviro (101) Antananarivo Tél: +261 34 49 888 04 Tél: +261 34 49 888 05 Tél: +261 34 49 888 06 Tél: +261 20 22 348 85 Tél: +261
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
Request for Proposal (RFP) for Services
Ref: RFP 2015/106 Request for Proposal (RFP) for Services Catering Services for the 10 th Meeting of the GCF Board, Songdo, Korea RFP No. 2015/106 1 1. Background Catering Services for the 10 th Meeting
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The
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,
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
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
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
NATIONAL INDUSTRIAL TRAINING AUTHORITY
NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015
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
b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and
Dear Sir/Madam, Subject: Request for Proposals for Translation Services: Project no. Multiple Proposal Ref: RE-RFP/12/002 1. The United Nations Office for Project Services (UNOPS) is seeking qualified
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX
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
Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006
PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring
Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]
Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31 [Insert Title of Goods] 01 September, 2015 Dear Sir/Madam, Subject: Request for Quotation (RFQ) for the provision
AAOIFI Shari a Standards: Translation from Arabic to French Request for Proposal (RFP)
AAOIFI Shari a Standards: Translation from Arabic to French Request for Proposal (RFP) 21 October 2015 1. INTRODUCTION 1.1 Objective of the RFP The purpose of this Request for Proposal (RFP) is to select
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
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
TENDER NO. BOZ/CTC/ICT/02/2009
Bank of Zambia Bidding Documents TENDER NO. BOZ/CTC/ICT/02/2009 TENDER FOR THE SUPPLY, DELIVERY AND INSTALLATION OF A SERVICE DESK MANAGEMENT SYSTEM MAY, 2009 Source of Funds Bank of Zambia Bank Square
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
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
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
TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES
NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY (NEMA) TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NEMA/T/14/2015-2016 MAY 2015 TABLE OF CONTENTS INTRODUCTION. 3
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
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO. JUD/146/2014-2015 The Judiciary Supreme Court Building, City Hall Way P.O.
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ENERGY REGULATORY COMMISSION 1 ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD UPPERHILL, P.O. Box 42681 00100 NAIROBI,
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: [email protected]
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
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
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:
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. TENDER NO. KMA/ONT/BULK DIGITIZATION/011/ 2014-15 KENYA MARITIME
TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.
TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:
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
Request for Proposals. Provision of digital communications services. UNDP/GEF Improving Energy Efficiency Project for Lighting & Appliances
وزارة الكهرباء والطاقة Request for Proposals Provision of digital communications services UNDP/GEF Improving Energy Efficiency Project for Lighting & Appliances Terms of Reference Letter of Invitation
TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT
BANK Of ZAMBIA Bidding Documents TENDER NO. BOZ/PC/PMS/15/2012 TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT Bank of Zambia Bank Square Cairo Road P.O. Box 30080 Lusaka 10101 ZAMBIA
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM TENDER NO.KRA/HQS/NCB-005/2015-2016 RESERVED FOR WOMEN OWNED ENTERPRISES
TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF
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
KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015
ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I
INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/2015-2016 SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE
INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/2015-2016 SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE 10 TH FLOOR, ZEP-RE PLACE, LONGONOT ROAD, UPPERHILL P.O BOX 43505-00100 NAIROBI,
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
KENYA MEDICAL TRAINING COLLEGE
KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES TENDER NO. KMTC/9/2015 2016 FOR THE YEARS 2015/2016 TO 2016/2017 CLOSING DATE: 28 TH MAY 2015 Table of Contents
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
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)
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
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016 TENDER FOR SUPPLY, DELIVERY, ASSEMBLY, INSTALLATION, TESTING & COMMISSIONING A, 90MVA, 15/132KV, OFAF GENERATOR STEP UP TRANSFORMER FOR GITARU
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT TENDER FOR SUPPLY AND INSTALLATION OF VIDEO CONFERENCE FACILITY AT THE VICE-CHANCELLOR S OFFICE TENDER
Supplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF
NATIONAL HOUSING CORPORATION P.O. BOX 30257-00100 NAIROBI. TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF CLOSING DATE 4 TH DECEMBER, 2013 AT: 11.00AM TENDER DOCUMENT
North American Development Bank. Bid Evaluation Procedures
North American Development Bank Bid Evaluation Procedures BID EVALUATION PROCEDURES TABLE OF CONTENTS The Bidding Process Introduction Preliminary Actions and General Concerns Contract data sheet Responsible
High Definition Video Production for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2015-01
High Definition Video Production for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2015-01 Date Issued: May 19, 2015 A. INTRODUCTION The Ontario College of Trades (the
Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Authority. Accra, Ghana
STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Authority Accra, Ghana 1 Preface Procurement under projects financed from the Public Funds
KENYA SAFARI LODGES & HOTELS LTD www.kenya-safari.co.ke
KENYA SAFARI LODGES & HOTELS LTD www.kenya-safari.co.ke TENDER DOCUMENT FOR PROVISION OF AUDIT AND TAX SERVICES TO KENYA SAFARI LODGES & HOTELS LTD TENDER NO: KSLH/PATS/0014/2014 Closing date: Friday,
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
(No.-IIITD/S&P/05/2012-13) Page 1 of 16
REQUEST FOR PROPOSAL (RFP) FOR IMPLEMENTATION OF ISO QUALITY STANDARDS (ISO 9001:2008 QUALITY MANAGEMENT SYSTEM) OF THE INSTITUTE AT OKHLA, NEW DELHI-110020 (No.-IIITD/S&P/05/2012-13) Page 1 of 16 1. INTRODUCTION,
TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS)
TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS) TENDER NUMBER CU/70/2015-2016 August, 2015 TABLE OF CONTENTS PAGE 1 INTRODUCTION.
REQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
TAITA TAVETA UNIVERSITY COLLEGE REQUEST FOR PROPOSAL FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR 2015-2016 TENDER NO: TTUC/5/RFP(1)/2015-2016
TAITA TAVETA UNIVERSITY COLLEGE A CONSTITUENT COLLEGE OF JOMO KENYATTA UNIVERSITYOF AGRICULTURE AND TECHNOLOGY REQUEST FOR PROPOSAL FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR 2015-2016 TENDER NO:
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
TENDER NO: NGEC/T2/2015-2016 FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES
NATIONAL GENDER AND EQUALITY COMMISSION TENDER NO: NGEC/T2/20152016 FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES TABLE OF CONTENTS Page SECTIO I INVITATION TO TENDER.. 2 SECTIO II 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
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
D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS
PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section
Request for Quotation (RFQ) for Motorcycle. Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP
Request for Quotation (RFQ) for Motorcycle Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP Source of Funding : Japan Fund for Poverty Reduction (JFPR) Contract Ref: ----------------------
Development of application Software for Election Commission
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages
B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of
B I D D I N G D O C U M E N T S Issued on: February 29, 2016 for Procurement of BACKUP SOLUTION AND OFFISITE RECOVERY SYSTEM FOR FORESTRY DEPARTMENT (FD) RFP No: Procuring Entity: Forestry Department Section
KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS
KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS TENDER NO: K/T/2/2010-11 Oloolua Ridge, off Ngong Rd, Karen Kenya Plant Health Inspectorate
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM Kenya Electricity Generating Company Ltd Stima Plaza,
SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY
SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY TENDER No. KAA/ES/HQ/999/E DECEMBER 2015 General Manager (P & ES) Managing Director Kenya Airports Authority Kenya Airports
TENDER NO. PPOA/10/2015-2016
TENDER DOCUMENT FOR PROVISION OF CLOUD BASED E-BOARD MANAGEMENT SYSTEM TENDER NO. PPOA/10/2015-2016 SUBMISSION DEADLINE: 06th April 2016 10 TH FLOOR, NATIONAL BANK BUILDING HARAMBEE AVENUE P.O. BOX 58535-00200
REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES
REPUBLIC OF KENYA KIAMBU COUNTY GOVERMENT REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF WEBSITE DEVELOPMENT AND MANAGEMENT SERVICES RFP NO KCG/EDU/003/2015-2016 DATE: 26 TH AUGUST 2015 County Government
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
SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS
STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS TENDER NO. KRA/HQS/NCB-030/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240
ANNEX III. Special Instructions & Evaluation Criteria
JOINT REQUEST FOR PROPOSAL FOR TRAVEL MANAGEMENT SERVICES ANNEX III Special Instructions & Evaluation Criteria Page 1 of 15 INSTRUCTIONS FOR SUBMITTING A PROPOSAL This section provides the instructions
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:
KITUI WATER & SANITATION CO. LTD
KITUI WATER & SANITATION CO. LTD ANNUAL TENDERS FOR 2015/2016 FINANCIAL YEAR TENDER NO. KITWASCO/014/15-16 TENDER NAME: TENDER FOR THE PROVISION OF STAFF WORK INJURY BENEFITS SERIAL NO: 1 P a g e TABLE
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
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
SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)
S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS United Nations Development Programme July 2015 1 Dear Sir/Madam, Section 1. Letter of Invitation Subject: Ref: RFP/UNDP/BPPS/005/2015 RFP for the Provision of Open Data Information
PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)
PROCUREMENT STANDARD OPERATING PROCEDURES (SOP) TABLE OF CONTENTS 1. RESPONSIBILITY 1.1 Responsibility for Acquisition 1.2 Responsibility for Procurement Planning 2. REQUISITION 2.1 Requisitions for Supplies,
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
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
REQUEST FOR QUOTATION (RFQ) (Works)
REQUEST FOR QUOTATION (RFQ) (Works) DESCRIPTION: IEC compound West Wall Security Upgrade - installation of HESCO barriers DATE: September 14, 2013 REFERENCE: RFQ/UNPD/AFG/ELECT/2013/048 Dear Sir / Madam:
COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES. Closing Date of Tender: 29 February 2016.
COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES Closing Date of Tender: 29 February 2016. 1 TELONE ZIMBABWE COMPETITIVE TENDER 153/16: PROVISION OF DIGITAL MARKETING SERVICES. 1.0
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
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
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
Procurement of Works Smaller Contracts
STANDARD BIDDING DOCUMENTS Procurement of Works Smaller Contracts The World Bank Washington, D.C. May 2004 ii Revisions The features of May 2004 Procurement Guidelines have been incorporated. iii Preface
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
Request for Proposal (RFP) for Provision of Human Resource Services for UNOPS Afghanistan
Section 1: Proposal Data Sheet Request for Proposal (RFP) for Provision of Human Resource Services for UNOPS Afghanistan RFP No.: UNOPS-AFG-RFP-015-007 Page 1 of 53 Section 1: Proposal Data Sheet Request
TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO.
TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO. AFFA/T/69/2015 The Interim Director General Agriculture Fisheries and Food Authority
REQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) All interested DATE: September 28, 2015 REFERENCE: RFP UKR/2015/097 Dear Sir / Madam: We kindly request you to submit your Proposal for the Development of Software of Electronic
