REF: UNDP-TUR-ITB-PROJ(SFM)-2015/02
|
|
|
- Alisha Richardson
- 10 years ago
- Views:
Transcription
1 INVITATION TO BID Procurement of Laboratory Equipment and Supplies for Forest Pest Control Integrated Approach to Management of Forests in Turkey, with Demonstration in High Conservation Value Forests in the Mediterranean Region Project. TURKEY REF: UNDP-TUR-ITB-PROJ(SFM)-2015/02 United Nations Development Programme October, 2015
2 Section 1. Letter of Invitation Ref: UNDP-TUR-ITB-PROJ(SFM)-2015/02 Ankara October 13, 2015 Procurement of Laboratory Equipment and Supplies for Forest Pest Control within the scope of Integrated Approach to Management of Forests in Turkey, with Demonstration in High Conservation Value Forests in the Mediterranean Region Project Dear Mr./Ms. The United Nations Development Programme (UNDP) hereby invites you to submit a Bid to this Invitation to Bid (ITB) for the above-referenced subject. This ITB includes the following documents: Section 1 This Letter of Invitation Section 2 Instructions to Bidders (including Data Sheet) Section 3 Schedule of Requirements and Technical Specifications Section 4 Bid Submission Form Section 5 Documents Establishing the Eligibility and Qualifications of the Bidder Section 6 Technical Bid Form Section 7 Price Schedule Form Section 8 UNDP General Terms and Conditions of Contract for Goods Your offer, comprising of a Technical Bid and Price Schedule, together in a sealed envelope, should be submitted in accordance with Section 2. You are kindly requested to submit an acknowledgment letter to UNDP to the following address: United Nations Development Programme Birlik Mah. Katar Cad. No: 11, Çankaya, Ankara, Turkey Attention: Orçun Argun The letter should be received by UNDP no later than hours local time 16 October 2015, Friday. The same letter should advise whether your company intends to submit a Bid. If that is not the case, UNDP would appreciate your indicating the reason, for our records. If you have received this ITB through a direct invitation by UNDP, transferring this invitation to another 1
3
4 Section 2: Instruction to Bidders 1 Definitions a) Bid refers to the Bidder s response to the Invitation to Bid, including the Bid Submission Form, Technical Bid and Price Schedule and all other documentation attached thereto as required by the ITB. b) Bidder refers to any legal entity that may submit, or has submitted, a Bid for the supply of goods and provision of related services requested by UNDP. c) Contract refers to the legal instrument that will be signed by and between the UNDP and the successful Bidder, all the attached documents thereto, including the General Terms and Conditions (GTC) and the Appendices. d) Country refers to the country indicated in the Data Sheet. e) Data Sheet refers to such part of the Instructions to Bidders used to reflect conditions of the tendering process that are specific for the requirements of the ITB. f) Day refers to calendar day. g) Goods refer to any tangible product, commodity, article, material, wares, equipment, assets or merchandise that UNDP requires under this ITB. h) Government refers to the Government of the country where the goods and related services provided/rendered specified under the Contract will be or undertaken. i) Instructions to Bidders refers to the complete set of documents which provides Bidders with all information needed and procedures to be followed in the course of preparing their Bid j) ITB refers to the Invitation to Bid consisting of instructions and references prepared by UNDP for purposes of selecting the best supplier or service provider to fulfil the requirement indicated in the Schedule of Requirements and Technical Specifications. k) LOI (Section 1 of the ITB) refers to the Letter of Invitation sent by UNDP to Bidders. l) Material Deviation refers to any contents or characteristics of the bid that is significantly different from an essential aspect or requirement of the ITB, and (i) substantially alters the scope and quality of the requirements; (ii) limits the rights of UNDP and/or the obligations of the offeror; and (iii) adversely impacts the fairness and principles of the procurement process, such as those that compromise the competitive position of other offerors. 1 Note: this Section 2 - Instructions to Bidders shall not be modified in any way. Any necessary changes to address specific country and project information shall be introduced only through the Data Sheet. 3
5 m) Schedule of Requirements and Technical Specifications refers to the document included in this ITB as Section 3 which lists the goods required by UNDP, their specifications, the related services, activities, tasks to be performed, and other information pertinent to UNDP s receipt and acceptance of the goods. n) Services refers to the entire scope of tasks related or ancillary to the completion or delivery of the goods required by UNDP under the ITB. o) Supplemental Information to the ITB refers to a written communication issued by UNDP to prospective Bidders containing clarifications, responses to queries received from prospective Bidders, or changes to be made in the ITB, at any time after the release of the ITB but before the deadline for the submission of Bid. A. GENERAL 1. UNDP hereby solicits Bids as a response to this Invitation to Bid (ITB). Bidders must strictly adhere to all the requirements of this ITB. No changes, substitutions or other alterations to the rules and provisions stipulated in this ITB may be made or assumed unless it is instructed or approved in writing by UNDP in the form of Supplemental Information to the ITB. 2. Submission of a Bid shall be deemed as an acknowledgement by the Bidder that all obligations stipulated by this ITB will be met and, unless specified otherwise, the Bidder has read, understood and agreed to all the instructions in this ITB. 3. Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply the acceptance of any Bid by UNDP. UNDP is under no obligation to award a contract to any Bidder as a result of this ITB. 4. UNDP implements a policy of zero tolerance on proscribed practices, including fraud, corruption, collusion, unethical practices, and obstruction. UNDP is committed to preventing, identifying and addressing all acts of fraud and corrupt practices against UNDP as well as third parties involved in UNDP activities. (See pdf and for full description of the policies) 5. In responding to this ITB, UNDP requires all Bidders to conduct themselves in a professional, objective and impartial manner, and they must at all times hold UNDP s interests paramount. Bidders must strictly avoid conflicts with other assignments or their own interests, and act without consideration for future work. All Bidders found to have a conflict of interest shall be disqualified. Without limitation on the generality of the above, Bidders, and any of their affiliates, shall be considered to have a conflict of interest with one or more parties in this solicitation process, if they: 4
6 5.1 Are, or have been associated in the past, with a firm or any of its affiliates which have been engaged UNDP to provide services for the preparation of the design, Schedule of Requirements and Technical Specifications, cost analysis/estimation, and other documents to be used for the procurement of the goods and related services in this selection process; 5.2 Were involved in the preparation and/or design of the programme/project related to the goods and related services requested under this ITB; or 5.3 Are found to be in conflict for any other reason, as may be established by, or at the discretion of, UNDP. In the event of any uncertainty in the interpretation of what is potentially a conflict of interest, Bidders must disclose the condition to UNDP and seek UNDP s confirmation on whether or not such conflict exists. 6. Similarly, the following must be disclosed in the Bid : 6.1 Bidders who are owners, part-owners, officers, directors, controlling shareholders, or key personnel who are family of UNDP staff involved in the procurement functions and/or the Government of the country or any Implementing Partner receiving the goods and related services under this ITB; and 6.4 Others that could potentially lead to actual or perceived conflict of interest, collusion or unfair competition practices. Failure of such disclosure may result in the rejection of the Bid. 7. The eligibility of Bidders that are wholly or partly owned by the Government shall be subject to UNDP s further evaluation and review of various factors such as being registered as an independent entity, the extent of Government ownership/share, receipt of subsidies, mandate, access to information in relation to this ITB, and others that may lead to undue advantage against other Bidders, and the eventual rejection of the Bid. 8. All Bidders must adhere to the UNDP Supplier Code of Conduct, which may be found at this link: B. CONTENTS OF BID 9. Sections of Bid Bidders are required to complete, sign and submit the following documents: 9.1 Bid Submission Cover Letter Form (see ITB Section 4); 9.2 Documents Establishing the Eligibility and Qualifications of the Bidder (see ITB Section 5); 9.3 Technical Bid (see prescribed form in ITB Section 6); 9.4 Price Schedule (see prescribed form in ITB Section 7); 9.5 Bid Security, if applicable (if required and as stated in the DS nos. 9-11, see prescribed Form in ITB Section 8); 9.6 Any attachments and/or appendices to the Bid (including all those specified under the Data Sheet) 5
7 10. Clarification of Bid 10.1 Bidders may request clarification of any of the ITB documents no later than the number of days indicated in the Data Sheet (DS no. 16) prior to the Bid submission date. Any request for clarification must be sent in writing via courier or through electronic means to the UNDP address indicated in the Data Sheet (DS no. 17). UNDP will respond in writing, transmitted by electronic means and will transmit copies of the response (including an explanation of the query but without identifying the source of inquiry) to all Bidders who have provided confirmation of their intention to submit a Bid UNDP shall endeavor to provide such responses to clarifications in an expeditious manner, but any delay in such response shall not cause an obligation on the part of UNDP to extend the submission date of the Bid, unless UNDP deems that such an extension is justified and necessary. 11. Amendment of Bid 11.1 At any time prior to the deadline for submission of Bid, UNDP may for any reason, such as in response to a clarification requested by a Bidder, modify the ITB in the form of a Supplemental Information to the ITB. All prospective Bidders will be notified in writing of all changes/amendments and additional instructions through Supplemental Information to the ITB and through the method specified in the Data Sheet (DS No. 18) In order to afford prospective Bidders reasonable time to consider the amendments in preparing their Bid, UNDP may, at its discretion, extend the deadline for submission of Bid, if the nature of the amendment to the ITB justifies such an extension. C. PREPARATION OF BID 12. Cost The Bidder shall bear any and all costs related to the preparation and/or submission of the Bid, regardless of whether its Bid was selected or not. UNDP shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the procurement process. 13. Language The Bid, as well as any and all related correspondence exchanged by the Bidder and UNDP, shall be written in the language (s) specified in the Data Sheet (DS No. 4). Any printed literature furnished by the Bidder written in a language other than the language indicated in the Data Sheet, must be accompanied by a translation in the preferred language indicated in the Data Sheet. For purposes of interpretation of the Bid, and in the event of discrepancy or inconsistency in meaning, the version translated into the preferred language shall govern. Upon conclusion of a contract, the language of the contract shall govern the relationship between the contractor and UNDP. 14. Bid Submission Form 6
8 The Bidder shall submit the Bid Submission Form using the form provided in Section 4 of this ITB. 15. Technical Bid Format and Content Unless otherwise stated in the Data Sheet (DS no. 28), the Bidder shall structure the Technical Bid as follows: 15.1 Expertise of Firm/Organization this section should provide details regarding management structure of the organization, organizational capability/resources, and experience of organization/firm, the list of projects/contracts (both completed and on-going, both domestic and international) which are related or similar in nature to the requirements of the ITB, manufacturing capacity of plant if Bidder is a manufacturer, authorization from the manufacturer of the goods if Bidder is not a manufacturer, and proof of financial stability and adequacy of resources to complete the delivery of goods and provision of related services required by the ITB (see ITB Clause 18 and DS No. 26 for further details). The same shall apply to any other entity participating in the ITB as a Joint Venture or Consortium Technical Specifications and Implementation Plan this section should demonstrate the Bidder s response to the Schedule of Requirements and Technical Specifications by identifying the specific components proposed; how each of the requirements shall be met point by point; providing a detailed specification and description of the goods required, plans and drawings where needed; the essential performance characteristics, identifying the works/portions of the work that will be subcontracted; a list of the major subcontractors, and demonstrating how the bid meets or exceeds the requirements, while ensuring appropriateness of the bid to the local conditions and the rest of the project operating environment during the entire life of the goods provided. Details of technical bid must be laid out and supported by an Implementation Timetable, including Transportation and Delivery Schedule where needed, that is within the duration of the contract as specified in the Data Sheet (DS nos. 29 and 30). Bidders must be fully aware that the goods and related services that UNDP require may be transferred, immediately or eventually, by UNDP to the Government partners, or to an entity nominated by the latter, in accordance with UNDP s policies and procedures. All bidders are therefore required to submit the following in their bids : a) A statement of whether any import or export licences are required in respect of the goods to be purchased or services to be rendered, including any restrictions in the country of origin, use or dual use nature of the goods or services, including any disposition to end users; b) Confirmation that the Bidder has obtained license of this nature in the past, and have an expectation of obtaining all the necessary licenses, should their bid be rendered the most responsive; and c) Complete documentation, information and declaration of any goods classified or may be classified as Dangerous Goods Management Structure and Key Personnel This section should include the comprehensive curriculum vitae (CVs) of key personnel that will be assigned to support the implementation 7
9 of the technical bid, clearly defining their roles and responsibilities. CVs should establish competence and demonstrate qualifications in areas relevant to the requirements of this ITB. In complying with this section, the Bidder assures and confirms to UNDP that the personnel being nominated are available to fulfil the demands of the Contract during its stated full term. If any of the key personnel later becomes unavailable, except for unavoidable reasons such as death or medical incapacity, among other possibilities, UNDP reserves the right to render the Bid non-responsive. Any deliberate substitution of personnel arising from unavoidable reasons, including delay in the implementation of the project of programme through no fault of the Bidder, shall be made only with UNDP s acceptance of the justification for substitution, and UNDP s approval of the qualification of the replacement who shall be either of equal or superior credentials as the one being replaced Where the Data Sheet requires the submission of the Bid Security, the Bid Security shall be included along with the Technical Bid. The Bid Security may be forfeited by UNDP, and reject the Bid, in the event of any or any combination of the following conditions: 16. Price Schedule a) If the Bidder withdraws its offer during the period of the Bid Validity specified in the Data Sheet (DS no. 11), or; b) If the Bid Security amount is found to be less than what is required by UNDP as indicated in the Data Sheet (DS no. 9), or; c) In the case the successful Bidder fails: i. to sign the Contract after UNDP has awarded it; ii. to comply with UNDP s variation of requirement, as per ITB Clause 35; or iii. to furnish Performance Security, insurances, or other documents that UNDP may require as a condition to rendering effective the contract that may be awarded to the Bidder. The Price Schedule shall be prepared using the attached standard form (Section 7). It shall list all major cost components associated with the goods and related services, and the detailed breakdown of such costs. All goods and services described in the Technical Bid must be priced separately on a one-to-one correspondence. Any output and activities described in the Technical Bid but not priced in the Price Schedule, shall be assumed to be included in the prices of the items or activities, as well as in the final total price of the bid. 17. Currencies All prices shall be quoted in the currency indicated in the Data Sheet (DS no. 15). However, where Bids are quoted in different currencies, for the purposes of comparison of all Bid: 17.1 UNDP will convert the currency quoted in the Bid into the UNDP preferred currency, in accordance with the prevailing UN operational rate of exchange on the last day of submission of Bid; and 8
10 17.2 In the event that the Bid found to be the most responsive to the ITB requirement is quoted in another currency different from the preferred currency as per Data Sheet (DS no. 15), then UNDP shall reserve the right to award the contract in the currency of UNDP s preference, using the conversion method specified above. 18. Documents Establishing the Eligibility and Qualifications of the Bidder 18.1 The Bidder shall furnish documentary evidence of its status as an eligible and qualified vendor, using the forms provided under Section 5, Bidder Information Forms. In order to award a contract to a Bidder, its qualifications must be documented to UNDP s satisfactions. These include, but are not limited to the following: a) That, in the case of a Bidder offering to supply goods under the Contract which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods manufacturer or producer to supply the goods in the country of final destination; b) That the Bidder has the financial, technical, and production capability necessary to perform the Contract; and c) That, to the best of the Bidder s knowledge, it is not included in the UN 1267 List or the UN Ineligibility List, nor in any and all of UNDP s list of suspended and removed vendors Bids submitted by two (2) or more Bidders shall all be rejected by UNDP if they are found to have any of the following: a) they have at least one controlling partner, director or shareholder in common; or b) any one of them receive or have received any direct or indirect subsidy from the other/s; or c) they have the same legal representative for purposes of this ITB; or d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about, or influence on the Bid of, another Bidder regarding this ITB process; e) they are subcontractors to each other s bid, or a subcontractor to one bid also submits another Bid under its name as lead Bidder; or f) an expert proposed to be in the bid of one Bidder participates in more than one Bid received for this ITB process. This condition does not apply to subcontractors being included in more than one Bid. 19. Joint Venture, Consortium or Association If the Bidder is a group of legal entities that will form or have formed a joint venture, consortium or association at the time of the submission of the Bid, they shall confirm in their Bid that : (i) they have designated one party to act as a lead entity, duly vested with authority to legally bind the members of the joint venture jointly and severally, and this shall be duly evidenced by a duly notarized Agreement among the legal entities, which shall be submitted along with the Bid; and (ii) if they are awarded the contract, the contract shall be entered into, by and between UNDP and the designated lead entity, who shall be acting for and on behalf of all entities that comprise the joint venture. 9
11 After the bid has been submitted to UNDP, the lead entity identified to represent the joint venture shall not be altered without the prior written consent of UNDP. Furthermore, neither the lead entity nor the member entities of the joint venture can: a) Submit another Bid, either in its own capacity; nor b) As a lead entity or a member entity for another joint venture submitting another Bid. The description of the organization of the joint venture/consortium/association must clearly define the expected role of each of the entity in the joint venture in delivering the requirements of the ITB, both in the bid and in the Joint Venture Agreement. All entities that comprise the joint venture shall be subject to the eligibility and qualification assessment by UNDP. Where a joint venture is presenting its track record and experience in a similar undertaking as those required in the ITB, it should present such information in the following manner: a) Those that were undertaken together by the joint venture; and b) Those that were undertaken by the individual entities of the joint venture expected to be involved in the performance of the services defined in the ITB. Previous contracts completed by individual experts working privately but who are permanently or were temporarily associated with any of the member firms cannot be claimed as the experience of the joint venture or those of its members, but should only be claimed by the individual experts themselves in their presentation of their individual credentials. If the Bid of a joint venture is determined by UNDP as the most responsive Bid that offers the best value for money, UNDP shall award the contract to the joint venture, in the name of its designated lead entity, who shall sign the contract for and on behalf of all the member entities. 20. Alternative Bid Unless otherwise specified in the Data Sheet (DS nos. 5 and 6), alternative bid shall not be considered. Where the conditions for its acceptance are met, or justifications are clearly established, UNDP reserves the right to award a contract based on an alternative bid. 21. Validity Period 21.1 Bid shall remain valid for the period specified in the Data Sheet (DS no. 8), commencing on the submission deadline date also indicated in the Data Sheet (DS no. 21). A Bid valid for a shorter period shall be immediately rejected by UNDP and rendered non-responsive In exceptional circumstances, prior to the expiration of the Bid validity period, UNDP may request Bidders to extend the period of validity of their Bid. The request and the responses shall be made in writing, and shall be considered integral to the Bid. 22. Bidder s Conference When appropriate, a Bidder s conference will be conducted at the date, time and location 10
12 specified in the Data Sheet (DS no. 7). All Bidders are encouraged to attend. Non-attendance, however, shall not result in disqualification of an interested Bidder. Minutes of the Bidder s conference will be either posted on the UNDP website, or disseminated to the individual firms who have registered or expressed interest with the contract, whether or not they attended the conference. No verbal statement made during the conference shall modify the terms and conditions of the ITB unless such statement is specifically written in the Minutes of the Conference, or issued/posted as an amendment in the form of a Supplemental Information to the ITB. D. SUBMISSION AND OPENING OF BID 23. Submission 23.1 The Technical Bid and the Price Schedule must be submitted together and sealed together in one and the same envelope, either personally, by courier, or by electronic method of transmission. If submission will not be done by electronic means, the Technical Bid and Price Schedule must be sealed together in an envelope whose external side must : a) Bear the name of the Bidder; b) Be addressed to UNDP as specified in the Data Sheet (DS no.20); and c) Bear a warning not to open before the time and date for Bid opening as specified in the Data Sheet (DS no. 24). If the envelope is not sealed nor labeled as required, the Bidder shall assume the responsibility for the misplacement or premature opening of Bid due to improper sealing and labeling by the Bidder Bidders must submit their Bid in the manner specified in the Data Sheet (DS nos. 22 and 23). When the Bid is expected to be in transit for more than 24 hours, the Bidder must ensure that sufficient lead time has been provided in order to comply with UNDP s deadline for submission. UNDP shall indicate for its record that the official date and time of receiving the Bid is the actual date and time when the said Bid has physically arrived at the UNDP premises indicated in the Data Sheet (DS no. 20) Bidders submitting Bid by mail or by hand shall enclose the original and each copy of the Bid, in separate sealed envelopes, duly marking each of the envelopes as Original Bid and the others as Copy of Bid. The two envelopes, consisting of original and copies, shall then be sealed in an outer envelope. The number of copies required shall be as specified in the Data Sheet (DS no. 19). In the event of any discrepancy between the contents of the Original Bid and the Copy of Bid, the contents of the original shall govern. The original version of the Bid shall be signed or initialed by the Bidder or person(s) duly authorized to commit the Bidder on every page. The authorization shall be communicated through a document evidencing such authorization issued by the highest official of the firm, or a Power of Attorney, accompanying the Bid Bidders must be aware that the mere act of submission of a Bid, in and of itself, implies that 11
13 the Bidder accepts the General Contract Terms and Conditions of UNDP as attached hereto as Section Deadline for Submission of Bid and Late Bids Bid must be received by UNDP at the address and no later than the date and time specified in the Data Sheet (DS no. 20 and 21). UNDP shall not consider any Bid that arrives after the deadline for submission of Bid. Any Bid received by UNDP after the deadline for submission of Bid shall be declared late, rejected, and returned unopened to the Bidder. 25. Withdrawal, Substitution, and Modification of Bid 25.1 Bidders are expected to have sole responsibility for taking steps to carefully examine in detail the full consistency of its Bid to the requirements of the ITB, keeping in mind that material deficiencies in providing information requested by UNDP, or lack clarity in the description of goods and related services to be provided, may result in the rejection of the Bid. The Bidder shall assume any responsibility regarding erroneous interpretations or conclusions made by the Bidder in the course of understanding the ITB out of the set of information furnished by UNDP A Bidder may withdraw, substitute or modify its Bid after it has been submitted by sending a written notice in accordance with ITB Clause 23, duly signed by an authorized representative, and shall include a copy of the authorization (or a Power of Attorney). The corresponding substitution or modification of the Bid must accompany the respective written notice. All notices must be received by UNDP prior to the deadline for submission and submitted in accordance with ITB Clause 23 (except that withdrawal notices do not require copies). The respective envelopes shall be clearly marked WITHDRAWAL, SUBSTITUTION, or MODIFICATION Bid requested to be withdrawn shall be returned unopened to the Bidders No Bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of Bid and the expiration of the period of Bid validity specified by the Bidder on the Bid Submission Form or any extension thereof. 26. Bid Opening UNDP will open the Bid in the presence of an ad-hoc committee formed by UNDP of at least two (2) members. If electronic submission is permitted, any specific electronic Bid opening procedures shall be as specified in the Data Sheet (DS no. 23). The Bidders names, modifications, withdrawals, the condition of the envelope labels/seals, the number of folders/files and all other such other details as UNDP may consider appropriate, will be announced at the opening. No Bid shall be rejected at the opening stage, except for late submission, for which the Bid shall be returned unopened to the Bidder. 12
14 27. Confidentiality Information relating to the examination, evaluation, and comparison of Bid, and the recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process, even after publication of the contract award. Any effort by a Bidder to influence UNDP in the examination, evaluation and comparison of the Bid or contract award decisions may, at UNDP s decision, result in the rejection of its Bid. In the event that a Bidder is unsuccessful, the Bidder may seek a meeting with UNDP for a debriefing. The purpose of the debriefing is discussing the strengths and weaknesses of the Bidder s submission, in order to assist the Bidder in improving the bid presented to UNDP. The content of other bid and how they compare to the Bidder s submission shall not be discussed. E. EVALUATION OF BID 28. Preliminary Examination of Bid UNDP shall examine the Bid to determine whether they are complete with respect to minimum documentary requirements, whether the documents have been properly signed, whether or not the Bidder is in the UN Security Council 1267/1989 Committee's list of terrorists and terrorist financiers, and in UNDP s list of suspended and removed vendors, and whether the Bid are generally in order, among other indicators that may be used at this stage. UNDP may reject any Bid at this stage. 29. Evaluation of Bid 29.1 UNDP shall examine the Bid to confirm that all terms and conditions under the UNDP General Terms and Conditions and Special Conditions have been accepted by the Bidder without any deviation or reservation The evaluation team shall review and evaluate the Bids on the basis of their responsiveness to the Schedule of Requirements and Technical Specifications and other documentation provided, applying the procedure indicated in the Data Sheet (DS No. 25). Absolutely no changes may be made by UNDP in the criteria after all Bids have been received UNDP reserves the right to undertake a post-qualification exercise, aimed at determining, to its satisfaction the validity of the information provided by the Bidder. Such post-qualification shall be fully documented and, among those that may be listed in the Data Sheet (DS No.33), may include, but need not be limited to, all or any combination of the following : a) Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted; b) Validation of extent of compliance to the ITB requirements and evaluation criteria based on what has so far been found by the evaluation team; 13
15 c) Inquiry and reference checking with Government entities with jurisdiction on the bidder, or any other entity that may have done business with the bidder; d) Inquiry and reference checking with other previous clients on the quality of performance on on-going or previous contracts completed; e) Physical inspection of the bidder s plant, factory, branches or other places where business transpires, with or without notice to the bidder; f) Testing and sampling of completed goods similar to the requirements of UNDP, where available; and g) Other means that UNDP may deem appropriate, at any stage within the selection process, prior to awarding the contract. 30. Clarification of Bid To assist in the examination, evaluation and comparison of bids, UNDP may, at its discretion, ask any Bidder to clarify its Bid. UNDP s request for clarification and the Bidder s response shall be in writing. Notwithstanding the written communication, no change in the prices or substance of the Bid shall be sought, offered, or permitted, except to provide clarification, and confirm the correction of any arithmetic errors discovered by UNDP in the evaluation of the Bid, in accordance with ITB Clause 35. Any unsolicited clarification submitted by a Bidder in respect to its Bid, which is not a response to a request by UNDP, shall not be considered during the review and evaluation of the Bid. 31. Responsiveness of Bid UNDP s determination of a Bid s responsiveness will be based on the contents of the Bid itself. A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the ITB without material deviation, reservation, or omission. If a Bid is not substantially responsive, it shall be rejected by UNDP and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission. 32. Nonconformities, Reparable Errors and Omissions 32.3 Provided that a Bid is substantially responsive, UNDP may waive any non-conformities or omissions in the Bid that, in the opinion of UNDP, do not constitute a material deviation Provided that a Bid is substantially responsive, UNDP may request the Bidder to submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid Provided that the Bid is substantially responsive, UNDP shall correct arithmetical errors as follows: 14
16 a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of UNDP there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected; b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to the above If the Bidder does not accept the correction of errors made by UNDP, its Bid shall be rejected. F. AWARD OF CONTRACT 33. Right to Accept, Reject, or Render Non-Responsive Any or All Bid 33.1 UNDP reserves the right to accept or reject any Bid, to render any or all of the Bids as nonresponsive, and to reject all Bids at any time prior to award of contract, without incurring any liability, or obligation to inform the affected Bidder(s) of the grounds for UNDP s action. Furthermore, UNDP is not obligated to award the contract to the lowest price offer UNDP shall also verify, and immediately reject their respective Bid, if the Bidders are found to appear in the UN s Consolidated List of Individuals and Entities with Association to Terrorist Organizations, in the List of Vendors Suspended or Removed from the UN Secretariat Procurement Division Vendor Roster, the UN Ineligibility List, and other such lists that as may be established or recognized by UNDP policy on Vendor Sanctions. (See protest/ 34. Award Criteria Prior to expiration of the period of Bid validity, UNDP shall award the contract to the qualified and eligible Bidder that is found to be responsive to the requirements of the Schedule of Requirements and Technical Specification, and has offered the lowest price (See DS No. 32). 35. Right to Vary Requirements at the Time of Award At the time of award of Contract, UNDP reserves the right to vary the quantity of the goods and/or related services, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions. 36. Contract Signature Within fifteen (15) days from the date of receipt of the Contract, the successful Bidder shall sign 15
17 and date the Contract and return it to UNDP. Failure of the successful Bidder to comply with the requirement of ITB Section F.3 and this provision shall constitute sufficient grounds for the annulment of the award, and forfeiture of the Bid Security if any, and on which event, UNDP may award the Contract to the Bidder with the second highest rated Bid, or call for new Bid. 37. Performance Security A performance security, if required, shall be provided in the amount and form provided in Section 9 and by the deadline indicated in the Data Sheet (DS no. 14), as applicable. Where a Performance Security will be required, the submission of the said document, and the confirmation of its acceptance by UNDP, shall be a condition for the effectivity of the Contract that will be signed by and between the successful Bidder and UNDP. 38. Bank Guarantee for Advanced Payment Except when the interests of UNDP so require, it is the UNDP s preference to make no advanced payment(s) on contracts (i.e., payments without having received any outputs). In the event that the Bidder requires an advanced payment upon contract signature, and if such request is duly accepted by UNDP, and the said advanced payment exceeds 20% of the total Bid price, or exceed the amount of USD 30,000, UNDP shall require the Bidder to submit a Bank Guarantee in the same amount as the advanced payment. A bank guarantee for advanced payment shall be furnished in the form provided in Section Vendor Protest UNDP s vendor protest procedure provides an opportunity for appeal to those persons or firms not awarded a purchase order or contract through a competitive procurement process. In the event that a Bidder believes that it was not treated fairly, the following link provides further details regarding UNDP vendor protest procedures: 16
18 Instructions to Bidders DATA SHEET The following data for the supply of goods and related services shall complement / supplement the provisions in the Instruction to Bidders. In the case of a conflict between the Instruction to Bidders and the Data Sheet, the provisions in the Data Sheet shall prevail. DS No. Cross Ref. to Instructions Data Specific Instructions / Requirements 1 Project Title: Integrated Approach to Management of Forests in Turkey, with Demonstration in High Conservation Value Forests in the Mediterranean Region Project 2 Title of Goods/Services/Work Required: Procurement of Laboratory Equipment and Supplies for Forest Pest Control Lot 1: Laboratory Equipment Lot 2: Laboratory Supplies 3 Country: Turkey 4 C.13 Language of the Bid: English 5 C.20 Conditions for Submitting Bid for Parts or sub-parts of the Total Requirements 6 C.20 Conditions for Submitting Alternative Bid 7 C.22 A pre-bid conference will be held on: 8 C.21.1 Period of Bid Validity commencing on the submission date Allowed, Bidders may quote prices for all or one of the lots listed in the Price Schedule Form. However, the Bidders shall quote prices for all of the items of the lot(s), for which they submit bids. Shall not be considered N/A 90 days 9 B.9.5 C.15.4 b) Bid Security Not Required 10 B.9.5 Acceptable forms of Bid Security Not required 11 B.9.5 C.15.4 a) Validity of Bid Security N/A 17
19 DS No. Cross Ref. to Instructions Data Specific Instructions / Requirements 12 Advanced Payment upon signing of contract Not allowed 13 Liquidated Damages Will be imposed under the following conditions: Percentage of contract price per day of delay: 0.05 Max. no. of days of delay: 15 days Next course of action : Termination of Contract 14 F.37 Performance Security Not Required 15 C.17 C.17.2 Preferred Currency of Bid and Method for Currency conversion United States Dollars (US$) 16 B.10.1 Deadline for submitting requests for clarifications/ questions 17 B.10.1 Contact Details for submitting clarifications/questions 4 days before the submission date. Focal Person in UNDP: Orçun Argun, [email protected] Address: Birlik Mah. Katar.Cad. No: , Cankaya/Ankara, Fax No. : This contact person and address is officially designated by UNDP. If inquiries are sent to other person(s) or address(es), even if they are UNDP staff, UNDP shall have no obligation to respond nor can UNDP confirm that the query was officially received. 18 B.11.1 Manner of Disseminating Supplemental Information to the ITB and responses/clarifications to queries 19 D.23.3 No. of copies of Bid that must be submitted Posting on the websites Original: 1 Copies : 1 soft copy in PDF format in CD or memory stick 20 D.23.1 b) D.23.2 Bid submission address REF: UNDP-TUR-ITB-PROJ(SFM)-2015/02 18
20 DS No. Cross Ref. to Instructions Data Specific Instructions / Requirements D.24 UN House, Birlik Mah.Katar Cad. No: , Cankaya/Ankara / Turkey 21 C.21.1 D.24 Deadline for Physical Delivery of the Bid to UN House in Ankara Date and Time : October 27, :30 PM 22 D.23.2 Manner of Submitting Bid Courier/Hand Delivery (Other means of delivery will be rejected) 23 D.23.2 D.26 Conditions and Procedures for electronic submission and opening, if allowed N/A (electronic submissions are not allowed) 24 D.23.1 c) Date, time and venue for public opening of Bid N/A 25 Evaluation method to be used in selecting the most responsive Bid 26 C.15.1 Required Documents that must be Submitted to Establish Eligibility of Bidders, irrespective of the number of LOTs applied for. Failure to submit these documents may lead to disqualification of the Bidder. UNDP reserves the right to request Notarized / Original copies of the requested documents for verification purposes from any of the Bidder during the evaluation process. UNDP will request the original / notarized copies of the Non-Discretionary Pass/Fail Qualifying Criteria on the technical requirements in respect to Table 1 - Pass/Fail Eligibility Criteria in page 23; and Lowest price offer of technically qualified/responsive Bid for each LOT Copy of Certificate of Registration of the business, including Articles of Incorporation which evidences that the bidder has been legally established before the year 2013, (In Turkey, this corresponds to the Trade Registry Gazette that demonstrates the year of establishment of the business, articles of association, shareholders etc. if the business has updated/revised its articles of association and/or the shareholders, the trade registry gazette(s) that demonstrate(s) the most updated information on these matters should be provided as well). Copy of Registration to membership to any association in Turkey or abroad, if applicable (Turkey based bidders shall submit their copy of registration to Chamber of Commerce).* Copy of Power of Attorney, in case the Proposal is signed by another person who is not 19
21 DS No. Cross Ref. to Instructions Data Specific Instructions / Requirements requested documents from the Bidder who is going to be selected contract signature. Failure to submit them will lead to disqualification of the Bidder. indicated in this power of attorney, an Official Letter of Appointment shall be submitted along with Power of Attorney, At least two work completion certificates or reference letters (respective contract and/or copy of invoices may replace) for each LOT applied, obtained from the clients demonstrating bidder s experience in supplying equipment with similar nature and scope within the last 3 years (2013/2014/2015) which are not less than the total offered price for the respective LOT. * Written declaration of the Bidder is required if such registration is not mandatory in the country that the company is operating. 27 Other documents that may be Submitted to Establish Eligibility 28 C.15 Structure of the Technical Bid and List of Documents to be Submitted All documents shall be completely filled, signed (by the authorized representative) and stamped by the bidder. 29 C.15.2 Latest Expected date for commencement of Contract 30 C.15.2 Maximum Expected duration of contract 31 UNDP will award the contract to: N/A Bid Submission Form (Section 4) Documents Establishing the Eligibility and Qualifications of the Bidder (Use the form in Section 5 and include all mandatory attachments at the minimum) Technical Bid Form (Section 6) Price Schedule Form (Section 7) November 15, days One or more Bidders, Bidders are allowed to bid for one or both of the lots indicated in the price schedule. Each lot will be evaluated individually and hence UNDP will issue a separate contract for each LOT. i.e. UNDP may consider contracting more than one bidder. 20
22 DS No. Cross Ref. to Instructions Data Specific Instructions / Requirements 32 F.34 Criteria for the Award and Evaluation of Bid Award Criteria Non-discretionary Pass or Fail criteria Lowest price offer of technically qualified/responsive Bid for each LOT 33 E.29 Post qualification Actions N/A Bid Evaluation Criteria (Pass / Fail Criteria) All criteria listed in Table 1 - Pass/Fail Eligibility Criteria provided in page 23, collectively serve as a non-discretionary Pass/Fail qualifying criterion that needs to be fully met by the bidders. Non-compliance to meet any one of the pass/fail criteria and sub criteria shall lead to disqualification and any further information provided by those Bidders will not be considered. 34 Conditions for Determining Contract Effectivity Upon signature of the Purchase Order for each LOT 35 Tax Exemption UN and its subsidiary organs are exempt from all taxes. Therefore Bidders shall prepare their Financial Proposals, excluding VAT. It is the Bidder s responsibility to learn from relevant authorities (Ministry of Finance) and/or to review/confirm published procedures and to consult with a certified financial consultant as needed, to confirm the scope and procedures of VAT exemption application as per VAT Law and Ministry of Finance s Communiqués. 36 Payments 100% of the invoice amount within thirty days following the acceptance of the goods, complementary services and respective invoice(s) by UNDP. Notes: In case a local vendor established and operating in Turkey gets awarded by the contract for any LOT, the payment shall be effected in TL through conversion of the US$ amount by the official UN exchange rate, valid 21
23 DS No. Cross Ref. to Instructions Data Specific Instructions / Requirements on the date of money transfer. Otherwise, the payment shall be effected in US$. 37 Preconditions for Acceptance of Invoices by UNDP: For LOT-1 Complete delivery of all items Installation and commissioning, Positive Inspection and Acceptance at destination Basic training on Operation and basic Maintenance Written Acceptance of Goods based on full compliance with ITB requirements For LOT-2 Complete delivery of all items Positive Inspection and Acceptance at destination Written Acceptance of Goods based on full compliance with ITB requirements 37 Inspection and Acceptance The inspection and acceptance shall be conducted by the committee established by UNDP upon delivery of the goods supplied under each LOT. For the equipment that installation is required: Supplied equipment shall be installed under onsite observation of the Inspection and Acceptance Committee to the laboratory space allocated at the addresses specified below. The exact date of the installation and acceptance will be determined and agreed with the supplier(s) during the course of the contract. This date cannot exceed the delivery date specified in the ITB. The supplier is obliged to make sure that the installed equipment is fully operational / functional and calibrated. In case it is observed by the Inspection and Acceptance Committee that any one of the equipment does not fully comply with the technical specifications stipulated in this ITB, that equipment shall be returned to the vendor and no 22
24 DS No. Cross Ref. to Instructions Data Specific Instructions / Requirements payment shall be due to the vendor for that equipment. 38 JV / Consortium JVs and Consortiums are NOT eligible to submit a bid for this procurement. TABLE 1. PASS/FAIL ELIGIBILITY CRITERIA Irrespective of the number of LOTs applied, the bidders shall satisfy below Pass/Fail criteria to be subjected to technical evaluation. Copy of Certificate of Registration of the business, including Articles of 1 Incorporation which evidences that the bidder has been legally established before the year 2013, (In Turkey, this corresponds to the Trade Registry Gazette that demonstrates the year of establishment of the business, articles of association, shareholders etc. if the business has updated/revised its articles of association and/or the shareholders, the trade registry gazette(s) that demonstrate(s) the most updated information on these matters should be provided as well). 2 At least two work completion certificates or reference letters (respective contract and/or copy of invoices may replace) for each LOT applied, obtained from the clients demonstrating bidder s experience in supplying equipment with similar nature and scope within the last 3 years (2013/2014/2015) total value of which is not less than the total offered price for respective LOT. Pass Fail Non-compliance to meet any one of the above pass/fail criteria and sub criteria shall lead to disqualification and any further information provided by those Bidders will not be considered. 23
25 Section 3 Schedule of Requirements and Technical Specifications Section 3a: Schedule of Requirements and Technical Specifications LOT 1: Laboratory Equipment Item # Equipment Heating oven Total to be Location A to be Location B Etüv Incubator İnkübatör Autoclave Otoklav Required Specifications and Terms For use in Drying, disinfection and sterilization Kurutma, dezenfekte ve sterilazasyonda kullanılmak üzere Min 256 liter capacity En az 256 litre kapasiteli Stainless steel inside and outside İçi ve dışı komple paslanmaz çelik +RT 5 C C temperature range +RT 5 C C sıcaklık aralığı Ventilated air circulation Fanlı hava sirkülasyonlu TFT touch screen and color display TFT, dokunmatik ve renkli ekran Min. 256 liter capacity En az 256 litre kapasiteli 10 C C temperature range 10 C C sıcaklık aralığı Stainless steel inside and outside İçi ve dışı komple paslanmaz çelik %10-80 humidity control %10-80 nem kontrol Ventilated air circulation Fanlı hava sirkülasyonlu TFT touch screen and color display TFT, dokunmatik ve renkli ekran For use in sterilization of insect producing equipments Böcek üretim malzemelerinin sterilazyonunda kullanılmak üzere. Min. 100 liter capasity Min. 100 litre kapasiteli 4.0 KW power consumption 4.0 KW güç tüketimi Max 81 kg weight En fazla 81 kg ağırlığında C sterilization temperature range C sterilazyon sıcaklık aralığında 24
26 Item # Equipment Microclima Bitki büyütme kabini Climate chamber Total İklimlendirme kabini 4 Distillate water Saf su cihazı Chamber furnace Toprak sterilizatörü (ısıtma fırını) 4 2 to be Location A to be Location B Required Specifications and Terms wide temperature range, from +4ºC up to +40ºC +4ºC up to +40ºC sıcaklık aralığı Sıcaklık, nem için gece ve gündüz ayarı Temperature, moisture and illumination adjustable for day and night cycles Net growth surface from 0,9 m 2 0,9 m 2 net büyütme alanı 1,2 m Maximum growing height 1,2 m max. büyüme yüksekliği 40-95% humidity control % nem kontrol aralığı V, 16A, 50 Hz power supply V, 16A, 50 Hz güç beslemesi min. 256 liter capacity min. 256 litre kapasiteli Stainless steel inside and outside İçi ve dışı komple paslanmaz çelik -10 C C temperature range -10 C C sıcaklık aralığı %10-80 humidity control %10-80 nem kontrol Ventilated air circulation Fanlı hava sirkülasyonlu TFT touch screen and color display TFT, dokunmatik ve renkli ekran 12 lt/hour capasity 12 lt / saat kapasiteli The device must have the capacity to produce 4 liters water per hour Cihaz saatte 4 lt su üretebilecek kapasitede olmalıdır. Should be able to connect to mains water Şebeke suyuna bağlanma özelliği olmalıdır Monodistil water from the device will be obtained. Cihazdan monodistile su elde edilecektir. Max 43 kg weight En fazla 43 kg ağırlığında 1000 C max temperature 1000 C max sıcaklık Min. 6 liter capacity En az 6 litre kapasiteli Vacuum formed, low thermal mass insulation Düşük termal kütle yalıtımı Hard ceramic hearth fitted Sert seramik ocak 25
27 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Package Çalkalayıcı Precision scale Hassas Terazi Refrigerator Buzdolabı Laboratory dishwasher Laboratuvar bulaşık makinası Orbital Orbital çalkalayıcı Shaker diameter 10 mm Çalkalayıcı çapı 10 mm Speed min (adjustable) (rpm) 50 Ayarlanabilir hız dakikafa en az 50 (rpm) Speed range (rpm) Hız aralığı (rpm) Frequency (Hz) 50/60 Frekans (Hz) 50/60 Min. 210 gr capacity En az 210 gr kapasiteli 0,0001 gr readability 0,0001 gr hassasiyet External calibration Kalibrasyon LCD backlit LCD gösterge A++ Energy category A++ enerji sınıfı No frost cooling system No frost soğutma sistemli Min. 312 liter cooler compartment En az 312 litre soğutucu bölme hacmi Min. 125 liter frost compartment En az. 125 lt dondurucu bölme hacmi Max. 475 liter gross volume En fazla 475 lt brüt hacim Microprocessor electronic control Microprocessor elektronik kontrol 6 standart programmes 6 standart program Accuracy 0,1 C 0,1 C hassasiyet Stainless steel tank Paslanmaz çelik gövde Complies with EN standarts EN standartlarına uygun Body block, side panels, rear panels, gas discharge panel, the column producing by 1,5 mm DKP sheet metal Gövde bloğu, yan panalleri, arka paneli,gaz tahliye paneli, servi kolonları 1,5mm DKP saçtan üretikecektir 26
28 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Soil ph, humidity, temperature measurement Toprak ph, nem, sıcaklık ölçüm cihazı Moisture maker Nem yapar Moisture Meter Nem ölçer All surfaces to be coated with epoxy paint 60 micron thick and 200 degrees will be heat cured. Tüm yüzeyleri 60 mikron kalınlığında Epoxy boya ile boyanacak ve 200 derece fırınlanacaktır. Suction power min m3 / h Emiş gücü en az 1040 m3/h olan fanı bulunacak Mechanical system pulls the glass on the front of the furnace, high temperature and 6mm safety glass will be produced against explosions. Çeker ocağın ön kısmında bulunan mekanik cam sistemi, yüksek ısı ve patlamalara karşı emniyetli 6 mm camdan üretilecektir. 50 Hz frequency 50 Hz frekans 220 V voltage 220 V çalışma voltajında 155 W motor power 155 W motor gücünde Min. 2435/970 m3 / h air flow En az 2435/970 M3/h hava debisi Max. 55/45 db (A) noise level En fazla 55/45 db(a) ses seviyesi Sunshine (9 level): Low (-), Low, Low (+),NOR(-), NOR, NOR(+), HIGH(-), HGH, HGH(+) Güneş ışığı (9 seviye): DÜŞÜK(-), DÜŞÜK, DÜŞÜK(+), NOR(-), NOR, NOR(+), HIGH(-), HGH, HGH(+) Humidity (5 level): Dry (+), Dry, Nor, Wet (+), Wet Nem (5 seviye): KURU(+) KURU, NOR, YAŞ(+), YAŞ PH level (12 level): 3.5 ~ 9.0pH PH değeri (12 seviye): 3.5 ~ 9.0pH Temperature: -9 ~ 50 C (16 ~ 122 F) Sıcaklık: -9 ~ 50 C (16 ~ 122 F) ph: 0.5 ph ph: 0.5pH Min. 400 ml/h capacity En az 400 ml/h kapasiteli m2 application area m2 uygulama alanı Min. 6 liters water tank volume En az 6 lt su haznesi hacmi 30/130 (w) power consumption 30/130 (w) güç tüketimi Standard ionizer Standart iyonizer Air temperature measurement range of 0 C C (32 F to 120 F) Hava sıcaklığı ölçüm aralığı: 0 C C (32 F ila 120 F) Air temperature resolution: 0.1 C Hava sıcaklığı çözünürlük: 0,1 C 27
29 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Thermometer Termometre Compressor Kompresör Vacuum Vakum Stereozoom microscope (with camera, related components and software) Stereozoom mikroskop (kamera ve ilgili donanımlar ve yazılımı ile birlikte) Air temperature accuracy: ± 1 C (± 1.8 F) Hava sıcaklığı doğruluk: ±1 C (±1,8 F) Humidity measurement range: 10% to 90% relative humidity Nem oranı ölçüm aralığı: %10 ila %90 bağıl nem Humidity resolution: 1% RH Nem oranı çözünürlük: %1 bağıl nem The maximum and minimum value display, time, date and temperature Maksimum ve minimum değer göstergesi, saat tarih ve rahat etme derecesi göstergesi; çalar saat, C ve F' li Temperature measurement range C Dış ortam için sıcaklık ölçüm aralığı C Internal temperature measurement range C İç ortam için sıcaklık ölçüm aralığı C Digital Dijital 2.5 Hp at 220 V voltage 2,5 Hp gücünde, 220 V voltajlı, 250 l / min. Flow with 2800 rev / min motor revolution 250 lt/dk max. Debiye sahip, 2800 dev/dk motor devrinde Min. 50 liter tank capacity, with 8 bar working pressure En az 50 lt tank kapasiteli,8 bar çalışma basıncına sahip 220 V supply 220 V elekrik besleme Dual-stage, with a frequency of Hz Çift kademeli, Hz frekansa sahip 10.2 m3 / s-170 l / min flow rate 10,2 m3/sa-170 lt/dk akış hızında 3/4 HP motor power 3/4 Hp motor gücünde Zoom ratio: 16.4:1 High resolution Zoom oranı: 16.4:1 Yüksek çözünürlüklü Zoom gap 0.7x-11.5x and adjustable Zoom aralığı 0.7x-11.5x ve ayarlanabilir Magnification indication: 0.7/0.8/1/1.25/1.6/2/2.5/3.2/4/5/6.3/8/10/11.5 Büyütme göstergesi 0.7/0.8/1/1.25/1.6/2/2.5/3.2/4/5/6.3/8/10/11.5 With 1x lens with working distance of 60 mm Çalışma mesafesi 60mm olan 1x objektif ile 28
30 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Zoom variable magnification system with parallel optical axis Zoom drive system: Horizontal handle Click-stop for various zoom positions incorporated(manual) Paralel optik ekseni ile değişken büyütme sistemi Yakınlaştırma sistemi: Yatay Click-stop (Manuel) dahil çeşitli yakınlaştırma pozisyonları için With two F.N. = 22 mm wide 10X ocular. Diopter adjustment for both oculars shall be done properly. Microscope should also be adjustable to 15X, 20X and 30X rate oculars. Bir çift F.N. = 22 mm değerinde geniş saha 10X oküleri bulunacaktır. Her iki oküler de diyoptri ayarı yapmalıdır. Mikroskoba ayrıca 15X, 20X ve 30X büyütme değerinde okülerler takılabilmelidir. Magnification of the microscope shall be arranged between 7X 115X. It should also be adjustable to min. 2.1X and max. 690X magnification. Mikroskobun büyütmesi 7X - 115X arasında yapılmalıdır. Opsiyonel olarak minimum 2.1 X, maksimumda 690X büyütmeye kadar çıkabilmelidir. With 30 degree inclined Trinocular head. Light way on the head shall be two ways as %100 binocular and %50 binolucar/%50 trinocular tubes. 30 derece eğimli Trinoküler başlığı bulunacaktır. Başlıkta ışık yolu % 100 binoküler ve % 50 binoküler/% 50 trinoküler tüp olmak üzere iki yollu olmalıdır. The eye distance will be adjustable between 51-76mm. Gözler arası mesafe 51-76mm arası ayarlanabilir olacaktır. Focusing should be able to be done by both buttons on the left and right sides of the microscope. Microscope will have both macro and micro focusing buttons. Sensitive focus shall be possible by these. Fokuslama hem sağda hem de solda yer alan fokuslama düşmeleri ile yapılmalıdır. Cihazda hem makro hem de mikro fokuslama düğmeleri bulunmalıdır. Bu sayede cihaz hassas fokus yapabilmelidir. Will have tray with ergonomic gear. Will have 2 sample holder clips on the tray. Will have a platform on the tray with one side white and one side black. Ergonomik tertibatlı tablası olacaktır. Tabla üzerinde iki adet numune tutucu klips bulunmalıdır. Tabla üzerinde bir yüzeyi siyah bir yüzeyi beyaz renklerden oluşan platform bulunmalıdır. Shall be compatible with revors which enables the device to work with fluorescent attachment, polarized attachment, phototube and two lenses simultaneously. Cihaza istenildiğinde fluoresan ataşman, polarize ataşman, fototüp, iki adet objektifi aynı anda takmaya imkan veren revorler takılabilir olmalıdır. The lighting will be done by a double armed 150W lighting unit on the above. Aydınlatma üstten çift kollu ve en az 150W gücünde bir aydınlatma elemanı ile gerçekleştirilecektir. Together with the microscope, a 0.5X value mid-adaptor, imaging system and software in the same brand will be provided. Mikroskop ile birlikte, mikroskop ile aynı marka 0,5X değerinde ara adaptör, görüntüleme sistemi ve yazılım verilecektir. Camera system will be specially designed for microscopic imaging. Kamera sistemi mikroskobik görüntüleme için özel olarak dizayn edilmiş olmalıdır. Camera will be single chip coloured CMOS type and 10 million pixels Resolution. Kamera tek chip renkli CMOS tipte ve en az 10 milyon piksel çözünürlüğe sahip olmalıdır. 29
31 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Camera will have 12 byte depth for each base colour (red, green, blue). Kameranın her bir temel renk (kırmızı, yeşil, mavi) için en az 12 bit derinliği bulunmalıdır. With 1 / 2.3 size image sensor. Görüntü sensörü 1 / 2.3 boyut olmalıdır. Photodiode size on the camera sensor will be 1.67 and 1.67 um. Kameranın sensöründeki photodiode büyüklüğü 1.67 ve 1.67 um olmalıdır. Live imaging speed of the camera will be min. 3.2 frames (3.2Fps) per second on 3840X2748 image size, 12 frames (Fps) per second on 1920X1374 image size and 42 frames (42Fps) per second on 960X686 image size. Kameranın canlı görüntüleme hızı en az 3840X2748 görüntü büyüklüğünde saniyede 3.2 kare (3.2Fps), 1920X1374 görüntü büyüklüğünde saniyede 12 kare (Fps) ve 960X686 görüntü büyüklüğünde saniyede 42 kare olmalıdır. (42Fps) White balance should be able to be made automatically and manually. Beyaz Dengesi otomatik veya manual olarak yapılmalıdır. Camera shall have 2x2, 4x4 binning feature. Kameranın 2x2, 4x4 binning özelliği bulunmalıdır. The exposure time should be adjustable between 0,34ms 14,6s. Exposure süresi 0,34ms 14.6s arasında ayarlanabilmelidir. USB 2.0 will be used for data transfer as interface. Arabirim yüz olarak data transferi için USB 2.0 kullanılmalıdır. Calibration will be automatic with the lenses and software. Yazılım ile belirlenen objektifler ile otomatik kalibrasyon sağlanmalıdır. Live image data recording on the formats TIFF, JPEG, JPEG 2000 adobe photoshop psd and AVI with the software. Yazılım ile görüntüler TIFF, JPEG, JPEG 2000 adobe photoshop psd formatı ve AVI formatında olan canlı görüntüler yazılım içerisinden görüntü kaydı yapılmalıdır. The photographs taken should be able to be recorded with certain specified features. Çekilen fotoğraflar otomatik olarak belirli özellikler tanımlanarak kayıt edilmelidir. Same brand attachments should be recognized by the software and microscope. Microscope configuration should be able to be observed by this. Yazılım ile mikroskop ile aynı markadan ataşmanlar yazılıma tanıtılabilmelidir. Buna göre mikroskop konfigurasyonu gözlemlenebilmelidir. Images should be displayed in the gallery with the software and a certain selected part of an image should be saved as a new image. Yazılım ile fotoğraflar galleri içerisinden görüntülenmeli ve fotoğraf üzerinde istenilen bölge seçilip başka bir resim olarak kaydedilmelidir. Navigation on an image will be possible with the software. Yazılım ile istenilen fotoğrafta navigasyon yapılmalıdır. Prefix will be added with the software and images will be saved to the selected folder in the computer automatically. Yazılım ile prefix eklenmeli ve çekilen fotoğraflar bilgisayar içerisinde istenilen klasöre otomatik olarak kaydedilmelidir. 30
32 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Simple annotations like texts and drawings should be able to be added to the images with the software. Yazılım ile text ve çizim gibi basit anatasyonlar fotoğrafa eklenmelidir. With the split/unsplit feature of the software, it should be possible to compare different images. Yazılımda split/unsplit özelliği ile değişik fotoğraflar birbirleri ile karşılaştırılmalıdır. The software should have a magnifying feature to digitally zoom on live images. Yazılımda bulunan büyüteç fonksiyonu ile canlı görüntü üzerinde dijital zoom özelliği uygulanabilmelidir. Image catching on the software will be live. In addition to that there shall be exposition time, white balance, image quality format settings. Yazılımda görüntü kazanımı canlı olarak sağlanmalıdır. Ayrıca exposizyon süresi ayarları, beyaz dengesi ayarları, görüntü kalite formatı seçimi yapılabilmelidir. There should be image improvement options with the camera (colour, brightness, contrast, gamma values, etc.). Kamera ile görüntü iyileştirme seçenekleri kullanılmalıdır (renk, parlaklık, kontrast, gama değerleri gibi). With the rectangular marque feature, a copied part in the image shall be saved somewhere else in the same image. Dikdörtgensel marque özelliği ile fotoğraf üzerinde kopyalanan bir alan aynı fotoğraf üzerinde başka bir yere kaydedilmelidir. Manual: kg/ kg/ kg Motorized: kg Coarse Handle Stroke: Manual: 80mm/ 120mm Motorized: 78 mm Coarse Handle Stroke per Rotation, Manual: 36.8 mm Motorized: 2.7 mm LED lighting LED aydınlatma 4x, 10x, 40x,100x Plan 4x, 10x, 40x,100x Plan Coarse Handle Stroke 15 mm Lens kit. Feedback area F.N. 20. Objektif seti. Görüs alanı F.N. 20. Max. 5.9 kg weight En fazla 5.9 kg ağırlığında The distance between the two eyes between mm, adjustable depending on user choice İki göz arasındaki mesafe mm arasında, kullanıcı seçimine bağlı olarak ayarlanabilir 31
33 LOT 2: Laboratory Supplies Equipment Item # to be Location A to be Location B Required Specifications and Terms Enso plastic box Enso kap Protective face masks Koruyucu yüz maskesi Protective clothing Koruyucu elbise Dental Loupe Dental Lup Loupe Lup Min. 28 compartment En az 28 gözlü Enso type plastic box Enso tipi plasik kaplar Respiratory protection, Protective face masks Scratch resistant full face lens for a wide field of view Solunum koruyucu, tam yüz maskesi Geniş görüş alanı için çizilmeye karşı dayanıklı tam yüz lensi Soft, non-allergenic elastomeric facepiece, exhalation valve Yumuşak, alerjik olmayan elastomerik yüz parçası, Soluk Verme ventili Max. 400 g weight En fazla 400 gramlık ağırlığı With four strap head suspension Dört kayışlı baş süspansiyonu High concentrations protection against many organic chemicals, inorganic chemicals Çok sayıda organik kimyasallara ve yüksek konsantrasyon inorganik kimyasallara karşı koruma Resistance up to 5 bar pressure 5 bar basınca kadar dayanım Biological protection - EN class Biyolojik koruma EN standartlarını Suitable for use in Ex-zone environment Ex-zone adı verilen ortamlarda kullanıma uygun Magnification 2.5X, working distance 42cm, 2,5 x büyütmeli (42 cm için) Min. 10 cm field of view En az 10 cm görüntüleme alanı Frame weight max. 71g Çerçeve ağırlıpı en fazla 71 g Aplanatic lightweight lens Hafif aplanatik lensli, Min 10x / Ø30 mm magnification En az 10x / Ø30 mm büyütmeli With 0.1 mm spaced 15 mm length measurement scale Tabanında çıkartılabilir 0,1 mm aralıklı 15 mm uzunluğunda ölçüm skalası 32
34 Item # Equipment to be Location A to be Location B Required Specifications and Terms Double Layer PVC, durable for methanol, 40% Sady Hydroxide (Caustic Acid) - Sulphuric Acid 96%, Çift Katman PVC, Methanol, Sadyum Hidroksit %40 (Kostik Asit) - Sülfirik Asit %96, dayanıklı Protective gloves Koruyucu eldiven Boot Çizme Work wear İş tulumu cm, cotton 36 cm, pamuklu CE - EN EN 388 standarts CE - EN EN 388 standartlarında Water / Acid / Alkaline / oil / grease resistant, non-slip, antistatic Su/Asit/Alkali/yağ/yağ dayanıklı, kaymayı önleyici, antistatik 100% pure PVC material % 100 saf pvc malzeme CE EN ISO S5 standard CE EN ISO S5 standartlarında Sizes: 10 pair size 41 (EUR) 20 pair size 42 (EUR) 10 pair size 43 (EUR) Boylar: 10 çift 41 numara (EUR) 20 çift 42 numara (EUR) 10 çift 43 numara (EUR) Chemical protective clothing, Category III Kimyasal koruyucu giysi, Kategori III EN (barrier to infective agents), EN (enfektif ajanlara bariyer), Antistatic treatment (EN ) - on inside Antistatik yüzey (EN1149-5) Innovative double zipper and for pressurised liquid tightness Basınçlı sıvı sızdırmazlığı için çif fermuar Flap closure system with internal hook & loop fixation system, İç kanca & loop sabitleme sistemi ile flep kapatma sistemi Re-closable (easy to close) Yeniden kapatılabilir 33
35 Item # Equipment to be Location A to be Location B Required Specifications and Terms 9 Protective glasses Koruyucu gözlük Sizes: 20 unit Large (EUR) 10 unit X-Large (EUR) 10 unit XXL (EUR) Boylar: 20 adet Large (EUR) 10 adet X-Large (EUR) 10 adet XXL (EUR) Spectacle lenses should be scratch resistant polycarbonate Gözlük lensleri çizilmeye karşı polikarbonat olmalı Glasses should be transparent Gözlük camları şeffaf olmalı %100 antifog lenses Gözlük camları %100 antifog (buğulanmaz) olmalı TSE or CE certificate TSE veya CE belgesi olmalıdır Section 3b: Related Services Further to the Schedule of Requirements in the preceding Table, Bidders are requested to take note of the following additional requirements, conditions, and related services pertaining to the fulfillment of the requirements: Delivery Term [INCOTERMS 2010] (Pls. link this to price schedule) Exact Address of Delivery/Installation Location LOT 1 LOT 2 DDP (Delivery Duty Paid) DDP (Delivery Duty Paid) Location A: ANTALYA ORMAN BÖLGE MÜDÜRLÜĞÜ KAMPÜSÜ / ANTALYA / TURKEY Location B: MERSİN ORMAN BÖLGE MÜDÜRLÜĞÜ DAVULTEPE YANGIN HAREKAT MERKEZİ KAMPÜSÜ / MERSİN / TURKEY Location A: ANTALYA ORMAN BÖLGE MÜDÜRLÜĞÜ KAMPÜSÜ / ANTALYA / TURKEY Location B: MERSİN ORMAN BÖLGE MÜDÜRLÜĞÜ DAVULTEPE YANGIN HAREKAT MERKEZİ KAMPÜSÜ / MERSİN / TURKEY Delivery Date Max 30 days upon signature of the Purchase Order Max 30 days upon signature of the Purchase Order Inspection and Acceptance Date: The exact date of the installation and acceptance will be determined and agreed with the supplier during the course of the contract. This date cannot exceed the delivery date specified in the ITB. The exact date of the acceptance will be determined and agreed with the supplier during the course of the contract. This date cannot exceed the delivery date specified in the ITB. 34
36 Customs, if needed, clearing shall be done by: Inspection / Acceptance upon delivery Installation and Commissioning Requirements Testing Requirements Scope of Training on Operation and Maintenance Supplier The inspection and acceptance shall be conducted by the committee established by UNDP. For the equipments that installation is required: Supplied equipment shall be installed under onsite observation of the Acceptance Committee to the laboratory space allocated at the addresses specified above. The supplier is obliged to make sure that the installed equipment is fully operational / functional and calibrated, which will be verified by the Inspection and Acceptance Committee. The supplier shall provide basic operational and maintenance training to the end user during installation. Installation and commissioning, Conditions for Release of Inspection and Acceptance at destination Payment Basic training on Operation and basic Maintenance Written Acceptance of Goods based on full compliance with ITB requirements After-sale services required Guarantee on parts and services for a minimum period of 2 years After-sales service of at least: 5 years following delivery (i.e. the bidder warrants availability of spare parts and provision of technical service at least a period of 5 years ); Documents to be submitted to Quality Inspection and Testing Certificates for the substantiate the compliance of goods to be supplied, if any. proposed equipment with the Copy of Quality Certificates of equipment to be required technical provided, if any. specifications Catalogues Supplier The inspection and acceptance shall be conducted by the committee established by UNDP. N/A N/A The supplier shall provide basic operational and maintenance training to the end user during installation. (if applicable) Inspection and Acceptance at destination Written Acceptance of Goods based on full compliance with ITB requirements N/A Quality Inspection and Testing Certificates for the goods to be supplied, if any. Copy of Quality Certificates of equipment to be provided, if any. Catalogues All documentations, including catalogs, instructions and operating manuals, shall be in this language Turkish Turkish 35
37 Section 4: Bid Submission Form 2 (This should be written in the Letterhead of the Bidder. Except for indicated fields, no changes may be made in this template.) To: Mr. Orçun Argun Birleşmiş Milletler Kalkınma Programı Birlik Mah. Katar. Cad. No: 11, Çankaya, Ankara, Turkey Insert: Location Insert: Date Dear Sir/Madam: We, the undersigned, hereby offer to supply the goods and related services in LOT(s) required for Procurement of Laboratory Equipment and Supplies for Forest Pest Control within the scope of Integrated Approach to Management of Forests in Turkey, with Demonstration in High Conservation Value Forests in the Mediterranean Region Project in accordance with your Invitation to Bid dated October 13, We are hereby submitting our Bid, which includes the Technical Bid and Price Schedule. We hereby declare that: a) All the information and statements made in this Bid are true and we accept that any misrepresentation contained in it may lead to our disqualification; b) We have no outstanding bankruptcy or pending litigation or any legal action that could impair our operation as a going concern; and c) We do not employ, nor anticipate employing, any person who is or was recently employed by the UN or UNDP. d) We are currently not on the removed or suspended vendor list of the UN or other such lists of other UN agencies, nor are we associated with, any company or individual appearing on the 1267/1989 list of the UN Security Council; e) We are not in the circumstances of disqualification or restriction set forth in the Laws No and 4735 (or as per the relevant laws of the country in which we operate) and not in the circumstances of those that cannot participate in the procurement as per the same Law (or as per the relevant laws of the country in which we operate). We confirm that we have read, understood and hereby fully accept the Schedule of Requirements and Technical Specifications describing the duties and responsibilities required of us in this ITB, and the General Terms and Conditions of UNDP s Standard Contract for this ITB. We agree to abide by this Bid for 90 days. 2 No deletion or modification may be made in this form. Any such deletion or modification may lead to the rejection of the Bid. 36
38 We undertake, if our Bid is accepted, to initiate the supply of goods and provision of related services not later than the date indicated in the Data Sheet. We fully understand and recognize that UNDP is not bound to accept this Bid, that we shall bear all costs associated with its preparation and submission, and that UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the evaluation. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Contact Details: [please mark this letter with your corporate seal, if available] 37
39 Section 5: Documents Establishing the Eligibility and Qualifications of the Bidder Bidder Information Form The Bidder shall fill in this Form in accordance with the instructions. Apart from providing additional information, no alterations to its format shall be permitted and no substitutions shall be accepted. 1. Bidder s Legal Name [insert Bidder s legal name] 2. In case of Joint Venture (JV), legal name of each party: N/A Date: [insert date (as day, month and year] of Bid Submission] ITB No.: [insert number of bidding process] Page of pages 3. Actual or intended Country/ies of Registration/Operation: [insert actual or intended Country of Registration] 4. Year of Registration in its Location: [insert Bidder s year of registration] 5. Countries of Operation 6. No. of staff in each Country 7.Years of Operation in each Country 8. Legal Address/es in Country/ies of Registration/Operation:[insert Bidder s legal address in country of registration] 9. Value and Description of Top three (3) Biggest Contract for the past three (3) years 10. Latest Credit Rating (Score and Source, if any) 11. Brief description of litigation history (disputes, arbitration, claims, etc.), indicating current status and outcomes, if already resolved. 12. Bidder s Authorized Representative Information Name: [insert Authorized Representative s name] Address: [insert Authorized Representative s Address] Telephone/Fax numbers: [insert Authorized Representative s telephone/fax numbers] Address: [insert Authorized Representative s address] 13. Are you in the UNPD List or UN Ineligibility List? YES or NO 38
40 14. Attached are copies of original documents of: Certificate of Registration of the business, including Articles of Incorporation which evidences that the bidder has been legally established before the year 2013, (In Turkey, this corresponds to the Trade Registry Gazette that demonstrates the year of establishment of the business, articles of association, shareholders etc. if the business has updated/revised its articles of association and/or the shareholders, the trade registry gazette(s) that demonstrate(s) the most updated i Registration to membership to any association in Turkey or abroad, if applicable. (Turkey based bidders shall submit their copy of registration to Chamber of Commerce). (Written declaration of the Bidder is required if such registration is not mandatory in the country that the company is operating.) Power of Attorney, in case the Proposal is signed by another person who is not indicated in this power of attorney, an Official Letter of Appointment shall be submitted along with Power of Attorney. At least two work completion certificates or reference letters (respective contract and/or copy of invoices may replace) obtained from the clients demonstrating bidder s experience in supplying equipment with similar nature and scope within the last 3 years (2013/2014/2015) which are not less than the total offered price. Authorized Signature: Name and Title of Signatory: Name of Firm: Contact Details: 39
41 Section 6: Technical Bid Form 3 Procurement of Laboratory Equipment for Forest Pest Control Integrated Approach to Management of Forests in Turkey, with Demonstration in High Conservation Value Forests in the Mediterranean Region Project Name of Bidding Organization / Firm: Country of Registration: Name of Contact Person for this Bid: Address: Phone / Fax: Name: Title: Phone: Fax: Contact Person Corporate PART 1: EXPERTISE OF FIRM/ORGANIZATION P.1.1. Brief Description of Bidder as an Entity: Please provide a brief description of the organization/firm submitting the Bid, such as business activities, the year and country of incorporation, and approximate annual budget/turnover, etc. This section should include a detailed description of bidder s local service (including aftersales services) capacity in Turkey (e.g. service centers, response time, policies on aftersales services and support etc.). Include reference to reputation, or any history of litigation and arbitration in which the organisation / firm has been involved that could adversely affect or impact the delivery of goods and/or performance of related services, indicating the status/result of such litigation/arbitration. P.1.2. Track Record and Experiences: Provide the following information regarding corporate experience within at least the last three (3) years which are related or relevant to those required for this Contract. In the case where the bidder is submitting bids for more than one LOT, the bidder shall provide Form 6.1: Similar Experience Form for each LOT that the Bidder is applying for. The Bidder shall clearly indicate the LOT name at the header of the form. Similar ExperienceRelevant experience will be considered on a lot by lot basis but in general provision of Laboratory equipment and supplies (including installation, calibration and commissioning) may be considered as related and relevant experience. Form 6.1: Similar Experience Form (This Form shall be prepared and submitted separately for each LOT applied to by the Bidders) Client Date of the Contract or Contract Value* Type(s) of equipment Delivery Time (in days) 3 Technical Bids not submitted in this format may be rejected. 40
42 Purchase Order* * Add/delete rows, when necessary Note that in order to be qualified a bidder shall demonstrate that it has successfully completed within last 3 years similar contracts (2015, 2014 and 2013) is not less than the offered price. The parameters to be taken into account are marked with (*) in the above table. These are: Date of the Contract or Purchase Order*, Contract Value* and Type(s) of Equipment and Supplies. PART 2 - SCOPE OF SUPPLY, TECHNICAL SPECIFICATIONS, AND RELATED SERVICES P.2.1. Scope of Supply Here the bidder shall indicate whether the items that bidder offers has any material deviations. Note that Material Deviation refers to any contents or characteristics of the bid that is significantly different from an essential aspect or requirement of the ITB, and (i) substantially alters the scope and quality of the requirements; (ii) limits the rights of UNDP and/or the obligations of the offeror; and (iii) adversely impacts the fairness and principles of the procurement process, such as those that compromise the competitive position of other offerors. If there is no material deviation please indicate so, if there is material deviation please list all. Please note that material deviation shall lead to disqualification. Authorized Signature: Name and Title of Signatory: Name of Firm: Contact Details: 41
43 LOT1 The proposers shall fill out each and every cell in below table for their bids to be subjected to technical evaluation. Failure to state Exact specifications of the offered equipment shall be considered as incompliance with the respective technical specification and the technical evaluation will be conducted accordingly. Item # Equipment Heating oven Total to be Location A to be Location B Etüv Incubator İnkübatör Autoclave Required Specifications and Terms For use in Drying, disinfection and sterilization Kurutma, dezenfekte ve sterilazasyonda kullanılmak üzere Min 256 liter capacity En az 256 litre kapasiteli Stainless steel inside and outside İçi ve dışı komple paslanmaz çelik +RT 5 C C temperature range +RT 5 C C sıcaklık aralığı Ventilated air circulation Fanlı hava sirkülasyonlu TFT touch screen and color display TFT, dokunmatik ve renkli ekran Min. 256 liter capacity En az 256 litre kapasiteli 10 C C temperature range 10 C C sıcaklık aralığı Stainless steel inside and outside İçi ve dışı komple paslanmaz çelik %10-80 humidity control %10-80 nem kontrol Ventilated air circulation Fanlı hava sirkülasyonlu TFT touch screen and color display TFT, dokunmatik ve renkli ekran For use in sterilization of insect producing equipments Böcek üretim malzemelerinin sterilazyonunda kullanılmak üzere. Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 42
44 Item # Equipment Otoklav Microclima Bitki büyütme kabini Climate chamber İklimlendirme kabini Distillate water Total to be Location A to be Location B Required Specifications and Terms Min. 100 liter capasity Min. 100 litre kapasiteli 4.0 KW power consumption 4.0 KW güç tüketimi Max 81 kg weight En fazla 81 kg ağırlığında C sterilization temperature range C sterilazyon sıcaklık aralığında Wide temperature range, from +4ºC up to +40ºC +4ºC up to +40ºC sıcaklık aralığı Sıcaklık, nem için gece ve gündüz ayarı Temperature, moisture and illumination adjustable for day and night cycles Net growth surface from 0,9 m 2 0,9 m 2 net büyütme alanı 1,2 m Maximum growing height 1,2 m max. büyüme yüksekliği 40-95% humidity control % nem kontrol aralığı V, 16A, 50 Hz power supply V, 16A, 50 Hz güç beslemesi Min. 256 liter capacity Min. 256 litre kapasiteli Stainless steel inside and outside İçi ve dışı komple paslanmaz çelik -10 C C temperature range -10 C C sıcaklık aralığı %10-80 humidity control %10-80 nem kontrol Ventilated air circulation Fanlı hava sirkülasyonlu TFT touch screen and color display TFT, dokunmatik ve renkli ekran 12 lt/hour capasity 12 lt / saat kapasiteli Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 43
45 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Saf su cihazı The device must have the capacity to produce 4 liters water per hour Cihaz saatte 4 lt su üretebilecek kapasitede olmalıdır. Should be able to connect to mains water Şebeke suyuna bağlanma özelliği olmalıdır Monodistil water from the device will be obtained. Cihazdan monodistile su elde edilecektir. Max 43 kg weight En fazla 43 kg ağırlığında Chamber furnace Toprak sterilizatörü (ısıtma fırını) Package Çalkalayıcı Precision scale Hassas Terazi C max temperature 1000 C max sıcaklık Min. 6 liter capacity En az 6 litre kapasiteli Vacuum formed, low thermal mass insulation Düşük termal kütle yalıtımı Hard ceramic hearth fitted Sert seramik ocak Orbital Orbital çalkalayıcı Shaker diameter 10 mm Çalkalayıcı çapı 10 mm Speed min (adjustable) (rpm) 50 Ayarlanabilir hız dakikafa en az 50 (rpm) Speed range (rpm) Hız aralığı (rpm) Frequency (Hz) 50/60 Frekans (Hz) 50/60 Min. 210 gr capacity En az 210 gr kapasiteli 0,0001 gr readability 0,0001 gr hassasiyet External calibration Kalibrasyon LCD backlit LCD gösterge Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 44
46 Item # Equipment Refrigerator Buzdolabı Laboratory dishwasher Laboratuvar bulaşık makinası Total to be Location A to be Location B Required Specifications and Terms A++ Energy category A++ enerji sınıfı No frost cooling system No frost soğutma sistemli Min. 312 liter cooler compartment En az 312 litre soğutucu bölme hacmi Min. 125 liter frost compartment En az. 125 lt dondurucu bölme hacmi Max. 475 liter gross volume En fazla 475 lt brüt hacim Microprocessor electronic control Microprocessor elektronik kontrol 6 standart programmes 6 standart program Accuracy 0,1 C 0,1 C hassasiyet Stainless steel tank Paslanmaz çelik gövde Complies with EN standarts EN standartlarına uygun Body block, side panels, rear panels, gas discharge panel, the column producing by 1,5 mm DKP sheet metal Gövde bloğu, yan panalleri, arka paneli,gaz tahliye paneli, servi kolonları 1,5mm DKP saçtan üretikecektir All surfaces to be coated with epoxy paint 60 micron thick and 200 degrees will be heat cured. Tüm yüzeyleri 60 mikron kalınlığında Epoxy boya ile boyanacak ve 200 derece fırınlanacaktır. Suction power min m3 / h Emiş gücü en az 1040 m3/h olan fanı bulunacak Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 45
47 Item # Equipment Soil ph, humidity, temperature measurement Toprak ph, nem, sıcaklık ölçüm cihazı Moisture Maker Nem yapar Total to be Location A to be Location B Required Specifications and Terms Mechanical system pulls the glass on the front of the furnace, high temperature and 6mm safety glass will be produced against explosions. Çeker ocağın ön kısmında bulunan mekanik cam sistemi, yüksek ısı ve patlamalara karşı emniyetli 6 mm camdan üretilecektir. 50 Hz frequency 50 Hz frekans 220 V voltage 220 V çalışma voltajında 155 W motor power 155 W motor gücünde Min. 2435/970 m3 / h air flow En az 2435/970 M3/h hava debisi Max. 55/45 db (A) noise level En fazla 55/45 db(a) ses seviyesi Sunshine (9 level): Low (-), Low, Low (+),NOR(-), NOR, NOR(+), HIGH(-), HGH, HGH(+) Güneş ışığı (9 seviye): DÜŞÜK(-), DÜŞÜK, DÜŞÜK(+), NOR(-), NOR, NOR(+), HIGH(-), HGH, HGH(+) Humidity (5 level): Dry (+), Dry, Nor, Wet (+), Wet Nem (5 seviye): KURU(+) KURU, NOR, YAŞ(+), YAŞ PH level (12 level): 3.5 ~ 9.0pH PH değeri (12 seviye): 3.5 ~ 9.0pH Temperature: -9 ~ 50 C (16 ~ 122 F) Sıcaklık: -9 ~ 50 C (16 ~ 122 F) ph: 0.5 ph ph: 0.5pH Min. 400 ml/h capacity En az 400 ml/h kapasiteli m2 application area m2 uygulama alanı Min. 6 liters water tank volume En az 6 lt su haznesi hacmi Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 46
48 Item # Equipment Moisture Meter Nem ölçer Thermometer Termometre Compressor Kompresör Total to be Location A to be Location B Required Specifications and Terms 30/130 (w) power consumption 30/130 (w) güç tüketimi Standard ionizer Standart iyonizer Air temperature measurement range of 0 C C (32 F to 120 F) Hava sıcaklığı ölçüm aralığı: 0 C C (32 F ila 120 F) Air temperature resolution: 0.1 C Hava sıcaklığı çözünürlük: 0,1 C Air temperature accuracy: ± 1 C (± 1.8 F) Hava sıcaklığı doğruluk: ±1 C (±1,8 F) Humidity measurement range: 10% to 90% relative humidity Nem oranı ölçüm aralığı: %10 ila %90 bağıl nem Humidity resolution: 1% RH Nem oranı çözünürlük: %1 bağıl nem The maximum and minimum value display, time, date and temperature maksimum ve minimum değer göstergesi, saat tarih ve rahat etme derecesi göstergesi; çalar saat, C ve F' li Temperature measurement range C Dış ortam için sıcaklık ölçüm aralığı C Internal temperature measurement range C İç ortam için sıcaklık ölçüm aralığı C Digital Dijital 2.5 Hp at 220 V voltage 2,5 Hp gücünde, 220 V voltajlı, 250 l / min. Flow with 2800 rev / min motor revolution 250 lt/dk max. Debiye sahip, 2800 dev/dk motor devrinde Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 47
49 Item # Equipment Vacuum Vakum Stereozoom microscope (with camera, related components and software) Stereozoom mikroskop (kamera ve ilgili donanımlar ve yazılımı ile birlikte) Total to be Location A to be Location B Required Specifications and Terms Min. 50 liter tank capacity, with 8 bar working pressure En az 50 lt tank kapasiteli,8 bar çalışma basıncına sahip 220 V supply 220 V elekrik besleme dual-stage, with a frequency of Hz çift kademeli, Hz frekansa sahip, 10.2 m3 / s-170 l / min flow rate 10,2 m3/sa-170 lt/dk akış hızında 3/4 HP motor power 3/4 Hp motor gücünde Zoom ratio: 16.4:1 High resolution Zoom oranı: 16.4:1 Yüksek çözünürlüklü Zoom gap 0.7x-11.5x and adjustable Zoom aralığı 0.7x-11.5x ve ayarlanabilir Magnification indication: 0.7/0.8/1/1.25/1.6/2/2.5/3.2/4/5/6.3/8/10/11.5 Büyütme göstergesi 0.7/0.8/1/1.25/1.6/2/2.5/3.2/4/5/6.3/8/10/11.5 With 1x lens with working distance of 60 mm Çalışma mesafesi 60mm olan 1x objektif ile Zoom variable magnification system with parallel optical axis Zoom drive system: Horizontal handle Click-stop for various zoom positions incorporated(manual) Paralel optik ekseni ile değişken büyütme sistemi Yakınlaştırma sistemi: Yatay Click-stop (Manuel) dahil çeşitli yakınlaştırma pozisyonları için Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 48
50 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms With two F.N. = 22 mm wide 10X ocular. Diopter adjustment for both oculars shall be done properly. Microscope should also be adjustable to 15X, 20X and 30X rate oculars. Bir çift F.N. = 22 mm değerinde geniş saha 10X oküleri bulunacaktır. Her iki oküler de diyoptri ayarı yapmalıdır. Mikroskoba ayrıca 15X, 20X ve 30X büyütme değerinde okülerler takılabilmelidir. Magnification of the microscope shall be arranged between 7X 115X. It should also be adjustable to min. 2.1X and max. 690X magnification. Mikroskobun büyütmesi 7X - 115X arasında yapılmalıdır. Opsiyonel olarak minimum 2.1 X, maksimumda 690X büyütmeye kadar çıkabilmelidir. With 30 degree inclined Trinocular head. Light way on the head shall be two ways as %100 binocular and %50 binolucar/%50 trinocular tubes. 30 derece eğimli Trinoküler başlığı bulunacaktır. Başlıkta ışık yolu % 100 binoküler ve % 50 binoküler/% 50 trinoküler tüp olmak üzere iki yollu olmalıdır. The eye distance will be adjustable between 51-76mm. Gözler arası mesafe 51-76mm arası ayarlanabilir olacaktır. Focusing should be able to be done by both buttons on the left and right sides of the microscope. Microscope will have both macro and micro focusing buttons. Sensitive focus shall be possible by these. Fokuslama hem sağda hem de solda yer alan fokuslama düşmeleri ile yapılmalıdır. Cihazda hem makro hem de mikro fokuslama düğmeleri bulunmalıdır. Bu sayede cihaz hassas fokus yapabilmelidir. Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 49
51 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Will have tray with ergonomic gear. Will have 2 sample holder clips on the tray. Will have a platform on the tray with one side white and one side black. Ergonomik tertibatlı tablası olacaktır. Tabla üzerinde iki adet numune tutucu klips bulunmalıdır. Tabla üzerinde bir yüzeyi siyah bir yüzeyi beyaz renklerden oluşan platform bulunmalıdır. Shall be compatible with revors which enables the device to work with fluorescent attachment, polarized attachment, phototube and two lenses simultaneously. Cihaza istenildiğinde fluoresan ataşman, polarize ataşman, fototüp, iki adet objektifi aynı anda takmaya imkan veren revorler takılabilir olmalıdır. The lighting will be done by a double armed 150W lighting unit on the above. Aydınlatma üstten çift kollu ve en az 150W gücünde bir aydınlatma elemanı ile gerçekleştirilecektir. Together with the microscope, a 0.5X value midadaptor, imaging system and software in the same brand will be provided. Mikroskop ile birlikte, mikroskop ile aynı marka 0,5X değerinde ara adaptör, görüntüleme sistemi ve yazılım verilecektir. Camera system will be specially designed for microscopic imaging. Kamera sistemi mikroskobik görüntüleme için özel olarak dizayn edilmiş olmalıdır. Camera will be single chip coloured CMOS type and 10 million pixels Resolution. Kamera tek chip renkli CMOS tipte ve en az 10 milyon piksel çözünürlüğe sahip olmalıdır. Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 50
52 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Camera will have 12 byte depth for each base colour (red, green, blue). Kameranın her bir temel renk (kırmızı, yeşil, mavi) için en az 12 bit derinliği bulunmalıdır. With 1 / 2.3 size image sensor. Görüntü sensörü 1 / 2.3 boyut olmalıdır. Photodiode size on the camera sensor will be 1.67 and 1.67 um. Kameranın sensöründeki photodiode büyüklüğü 1.67 ve 1.67 um olmalıdır. Live imaging speed of the camera will be min. 3.2 frames (3.2Fps) per second on 3840X2748 image size, 12 frames (Fps) per second on 1920X1374 image size and 42 frames (42Fps) per second on 960X686 image size. Kameranın canlı görüntüleme hızı en az 3840X2748 görüntü büyüklüğünde saniyede 3.2 kare (3.2Fps), 1920X1374 görüntü büyüklüğünde saniyede 12 kare (Fps) ve 960X686 görüntü büyüklüğünde saniyede 42 kare olmalıdır. (42Fps) White balance should be able to be made automatically and manually. Beyaz Dengesi otomatik veya manual olarak yapılmalıdır. Camera shall have 2x2, 4x4 binning feature. Kameranın 2x2, 4x4 binning özelliği bulunmalıdır. The exposure time should be adjustable between 0,34ms 14,6s. Exposure süresi 0,34ms 14.6s arasında ayarlanabilmelidir. USB 2.0 will be used for data transfer as interface. Arabirim yüz olarak data transferi için USB 2.0 kullanılmalıdır. Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 51
53 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Calibration will be automatic with the lenses and software. Yazılım ile belirlenen objektifler ile otomatik kalibrasyon sağlanmalıdır. Live image data recording on the formats TIFF, JPEG, JPEG 2000 adobe photoshop psd and AVI with the software. Yazılım ile görüntüler TIFF, JPEG, JPEG 2000 adobe photoshop psd formatı ve AVI formatında olan canlı görüntüler yazılım içerisinden görüntü kaydı yapılmalıdır. The photographs taken should be able to be recorded with certain specified features. Çekilen fotoğraflar otomatik olarak belirli özellikler tanımlanarak kayıt edilmelidir. Same brand attachments should be recognized by the software and microscope. Microscope configuration should be able to be observed by this. Yazılım ile mikroskop ile aynı markadan ataşmanlar yazılıma tanıtılabilmelidir. Buna göre mikroskop konfigurasyonu gözlemlenebilmelidir. Images should be displayed in the gallery with the software and a certain selected part of an image should be saved as a new image. Yazılım ile fotoğraflar galleri içerisinden görüntülenmeli ve fotoğraf üzerinde istenilen bölge seçilip başka bir resim olarak kaydedilmelidir. Navigation on an image will be possible with the software. Yazılım ile istenilen fotoğrafta navigasyon yapılmalıdır. Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 52
54 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Prefix will be added with the software and images will be saved to the selected folder in the computer automatically. Yazılım ile prefix eklenmeli ve çekilen fotoğraflar bilgisayar içerisinde istenilen klasöre otomatik olarak kaydedilmelidir. Simple annotations like texts and drawings should be able to be added to the images with the software. Yazılım ile text ve çizim gibi basit anatasyonlar fotoğrafa eklenmelidir. With the split/unsplit feature of the software, it should be possible to compare different images. Yazılımda split/unsplit özelliği ile değişik fotoğraflar birbirleri ile karşılaştırılmalıdır. The software should have a magnifying feature to digitally zoom on live images. Yazılımda bulunan büyüteç fonksiyonu ile canlı görüntü üzerinde dijital zoom özelliği uygulanabilmelidir. Image catching on the software will be live. In addition to that there shall be exposition time, white balance, image quality format settings. Yazılımda görüntü kazanımı canlı olarak sağlanmalıdır. Ayrıca exposizyon süresi ayarları, beyaz dengesi ayarları, görüntü kalite formatı seçimi yapılabilmelidir. There should be image improvement options with the camera (colour, brightness, contrast, gamma values, etc.). Kamera ile görüntü iyileştirme seçenekleri kullanılmalıdır (renk, parlaklık, kontrast, gama değerleri gibi). With the rectangular marque feature, a copied part in the image shall be saved somewhere else in the same image. Dikdörtgensel marque özelliği ile fotoğraf üzerinde kopyalanan bir alan aynı fotoğraf üzerinde başka bir yere kaydedilmelidir. Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Model 53
55 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment Manufacturer / Brand Manual: kg/ kg/ kg Motorized: kg Coarse Handle Stroke: Manual: 80mm/ 120mm Motorized: 78 mm Coarse Handle Stroke per Rotation, Manual: 36.8 mm Motorized: 2.7 mm LED lighting LED aydınlatma 4x, 10x, 40x,100x Plan 4x, 10x, 40x,100x Plan Coarse Handle Stroke 15 mm Lens kit. Feedback area F.N. 20. Objektif seti. Görüs alanı F.N. 20. Max. 5.9 kg weight En fazla 5.9 kg ağırlığında The distance between the two eyes between mm, adjustable depending on user choice İki göz arasındaki mesafe mm arasında, kullanıcı seçimine bağlı olarak ayarlanabilir *Any Material deviation from the technical specifications, as defined in Item l in Section 2 of the RFP shall lead to disqualification of the Bidder. Model 54
56 LOT 1 Delivery Term [INCOTERMS 2010] (Pls. link this to price schedule) Exact Address of Delivery/Installation Location Delivery Date DDP (Delivery Duty Paid) Related Service Requirements Location A: ANTALYA ORMAN BÖLGE MÜDÜRLÜĞÜ KAMPÜSÜ / ANTALYA / TURKEY Location B: MERSİN ORMAN BÖLGE MÜDÜRLÜĞÜ DAVULTEPE YANGIN HAREKAT MERKEZİ KAMPÜSÜ / MERSİN / TURKEY Max 30 days upon signature of the Purchase Order Acceptance by the Bidder (please indicate Y or N) If your response is no, please indicate the reason and the item number* Inspection and Acceptance Date: Customs, if needed, clearing shall be done by: The exact date of the installation and acceptance will be determined and agreed with the supplier during the course of the contract. This date cannot exceed the delivery date specified in the ITB. Supplier Inspection / Acceptance upon delivery The inspection and acceptance shall be conducted by the committee established by UNDP. Installation and Commissioning Requirements For the equipments that installation is required: Supplied equipment shall be installed under onsite observation of the Acceptance Committee to the laboratory space allocated at the addresses specified above. Testing Requirements The supplier is obliged to make sure that the installed equipment is fully operational / functional and calibrated, which will be verified by the Inspection and Acceptance Committee. Scope of Training on Operation and Maintenance The supplier shall provide basic operational and maintenance training to the end user during installation. Conditions for Release of Payment Installation and commissioning, Inspection and Acceptance at destination Basic training on Operation and basic Maintenance Written Acceptance of Goods based on full compliance with ITB requirements After-sale services required Guarantee on parts and services for a minimum period of 2 years After-sales service of at least: 5 years following delivery (i.e. the bidder warrants availability of spare parts and provision of technical service at least a period of 5 years ); Documents to be submitted to substantiate Quality Inspection and Testing Certificates for the goods to be supplied, if any. the compliance of proposed equipment with Copy of Quality Certificates of equipment to be provided, if any. the required technical specifications Catalogues All documentations, including catalogs, Turkish instructions and operating manuals, shall be in this language *Any Material deviation from the service requirements, as defined in Item l in Section 2 of the RFP shall lead to disqualification of the Bidder. Authorized Signature: Name and Title of Signatory: Name of Firm: Contact Details: 55
57 LOT2 The proposers shall fill out each and every cell in below table for their bids to be subjected to technical evaluation. Failure to state Exact specifications of the offered equipment shall be considered as incompliance with the respective technical specification and the technical evaluation will be conducted accordingly. Item # Equipment Enso plastic box Enso kap Protective face masks Koruyucu yüz maskesi Protective clothing Koruyucu elbise Total to be Location A to be Location B Required Specifications and Terms Min. 28 compartment En az 28 gözlü Enso type plastic box Enso tipi plasik kaplar Respiratory protection, Protective face masks Scratch resistant full face lens for a wide field of view Solunum koruyucu, tam yüz maskesi Geniş görüş alanı için çizilmeye karşı dayanıklı tam yüz lensi Soft, non-allergenic elastomeric facepiece, exhalation valve Yumuşak, alerjik olmayan elastomerik yüz parçası, Soluk Verme ventili Max. 400 g weight En fazla 400 gramlık ağırlığı With four strap head suspension Dört kayışlı baş süspansiyonu High concentrations protection against many organic chemicals, inorganic chemicals Çok sayıda organik kimyasallara ve yüksek konsantrasyon inorganik kimyasallara karşı koruma Resistance up to 5 bar pressure 5 bar basınca kadar dayanım Biological protection - EN class Biyolojik koruma EN standartlarını Suitable for use in Ex-zone environment Ex-zone adı verilen ortamlarda kullanıma uygun Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment (if applicable) Manufacturer / Brand Model 56
58 Item # Equipment Dental Loupe Dental Lup Loupe Lup Protective gloves Koruyucu eldiven Boot Çizme Total to be Location A to be Location B Required Specifications and Terms Magnification 2.5X, working distance 42cm, 2,5 x büyütmeli (42 cm için) Min. 10 cm field of view En az 10 cm görüntüleme alanı Frame weight max. 71g Çerçeve ağırlıpı en fazla 71 g Aplanatic lightweight lens Hafif aplanatik lensli, min 10x / Ø30 mm magnification En az 10x / Ø30 mm büyütmeli With 0.1 mm spaced 15 mm length measurement scale Tabanında çıkartılabilir 0,1 mm aralıklı 15 mm uzunluğunda ölçüm skalası Double Layer PVC, durable for methanol, 40% Sady Hydroxide (Caustic Acid) - Sulphuric Acid 96%, Çift Katman PVC, Methanol, Sadyum Hidroksit %40 (Kostik Asit) - Sülfirik Asit %96, dayanıklı 36 cm, cotton 36 cm, pamuklu CE - EN EN 388 standarts CE - EN EN 388 standartlarında Water / Acid / Alkaline / oil / grease resistant, non-slip, antistatic Su/Asit/Alkali/yağ/yağ dayanıklı, kaymayı önleyici, antistatik 100% pure PVC material % 100 saf pvc malzeme CE EN ISO S5 standard CE EN ISO S5 standartlarında Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment (if applicable) Manufacturer / Brand Model 57
59 Item # 8 9 Equipment Work wear İş tulumu Protective glasses Koruyucu gözlük Total to be Location A to be Location B Required Specifications and Terms Sizes: 10 pair size 41 (EUR) 20 pair size 42 (EUR) 10 pair size 43 (EUR) Boylar: 10 çift 41 numara (EUR) 20 çift 42 numara (EUR) 10 çift 43 numara (EUR) Chemical protective clothing, Category III Kimyasal koruyucu giysi, Kategori III EN (barrier to infective agents), EN (enfektif ajanlara bariyer), Antistatic treatment (EN ) - on inside Antistatik yüzey (EN1149-5) Innovative double zipper and for pressurised liquid tightness Basınçlı sıvı sızdırmazlığı için çif fermuar flap closure system with internal hook & loop fixation system, İç kanca & loop sabitleme sistemi ile flep kapatma sistemi re-closable (easy to close) yeniden kapatılabilir Sizes: 20 unit Large (EUR) 10 unit X-Large (EUR) 10 unit XXL (EUR) Boylar: 20 adet Large (EUR) 10 adet X-Large (EUR) 10 adet XXL (EUR) Spectacle lenses should be scratch resistant polycarbonate Gözlük lensleri çizilmeye karşı polikarbonat olmalı Glasses should be transparent Gözlük camları şeffaf olmalı Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment (if applicable) Manufacturer / Brand Model 58
60 Item # Equipment Total to be Location A to be Location B Required Specifications and Terms Offered Specifications by the Bidder Compliance with min requirements (please indicate Y or N)* Exact specifications of the offered equipment (if applicable) Manufacturer / Brand %100 antifog lenses Gözlük camları %100 antifog (buğulanmaz) olmalı TSE or CE certificate TSE veya CE belgesi olmalıdır *Any Material deviation from the technical specifications, as defined in Item l in Section 2 of the RFP shall lead to disqualification of the Bidder. Model 59
61 LOT 2 Delivery Term [INCOTERMS 2010] (Pls. link this to price schedule) Exact Address of Delivery/Installation Location Delivery Date Inspection and Acceptance Date: Customs, if needed, clearing shall be done by: DDP (Delivery Duty Paid) Related Service Requirements Location A: ANTALYA ORMAN BÖLGE MÜDÜRLÜĞÜ KAMPÜSÜ / ANTALYA / TURKEY Location B: MERSİN ORMAN BÖLGE MÜDÜRLÜĞÜ DAVULTEPE YANGIN HAREKAT MERKEZİ KAMPÜSÜ / MERSİN / TURKEY Max 30 days upon signature of the Purchase Order The exact date of the acceptance will be determined and agreed with the supplier during the course of the contract. This date cannot exceed the delivery date specified in the ITB. Supplier Acceptance by the Bidder (please indicate Y or N) If your response is no, please indicate the reason and the item number* Inspection / Acceptance upon delivery The inspection and acceptance shall be conducted by the committee established by UNDP. Installation and Commissioning Requirements N/A Testing Requirements N/A Scope of Training on Operation and Maintenance The supplier shall provide basic operational and maintenance training to the end user during installation. (if applicable) Conditions for Release of Payment Inspection and Acceptance at destination Written Acceptance of Goods based on full compliance with ITB requirements After-sale services required N/A Documents to be submitted to substantiate the compliance of proposed equipment with the required technical specifications All documentations, including catalogs, instructions and operating manuals, shall be in this language Quality Inspection and Testing Certificates for the goods to be supplied, if any. Copy of Quality Certificates of equipment to be provided, if any. Catalogues Turkish *Any Material deviation from the service requirements, as defined in Item l in Section 2 of the RFP shall lead to disqualification of the Bidder. Authorized Signature: Name and Title of Signatory: Name of Firm: Contact Details: 60
62 Section 7: Price Schedule Form 4 LOT 1 Item # Equipment Total (A) 1 Heating oven Etüv 2 2 Incubator İnkübatör 2 3 Autoclave Otoklav 2 4 Microclima Bitki büyütme kabini 4 5 Climate chamber İklimlendirme kabini 4 6 Distillate water Saf su cihazı 2 7 Chamber furnace Toprak sterilizatörü (ısıtma fırını) 2 8 Package Çalkalayıcı 2 9 Precision scale Hassas Terazi 4 10 Refrigerator Buzdolabı 4 11 Laboratory dishwasher Laboratuvar bulaşık makinası 2 12 Soil ph, humidity, temperature measurement Toprak ph, nem, sıcaklık ölçüm cihazı 4 13 Moisture Maker Nem yapar 8 14 Moisture Meter Nem ölçer 8 15 Thermometer Termometre 4 16 Compressor Kompresör 2 17 Vacuum Vakum 2 Stereozoom microscope 18 (with camera, related components and software) Stereozoom mikroskop (kamera ve ilgili donanımlar 2 ve yazılımı ile birlikte) GRAND TOTAL (US$) FOR LOT 1 Unit Price (US$) (B) Total Price (US$) (A)X(B) 4 No deletion or modification may be made in this form. Any such deletion or modification may lead to the rejection of the Bid. 61
63 LOT 2 Item # Enso plastic box Enso kap Protective face masks Koruyucu yüz maskesi Protective clothing Koruyucu elbise Dental Loupe Dental Lup Loupe Lup Protective gloves Koruyucu eldiven Boot Çizme Work wear İş tulumu Protective glasses Koruyucu gözlük Equipment GRAND TOTAL (US$) FOR LOT 2 Total (A) Unit Price (US$) (B) Total Price (US$) (A)X(B) Authorized Signature: Name and Title of Signatory: Name of Firm: Contact Details: Notes: A bidder can quote prices for one or one of the two (2) lots. Each lot will be evaluated individually and award decision(s) will be made on the basis of GRAND TOTAL quoted for each LOT in above tables, accordingly. For the lot(s) that they are not quoting prices, bidders shall leave the corresponding table empty. The currency of the unit rate and total price should be the same All quoted prices shall exclude VAT All quoted prices should be lump sum and inclusive of all ancillary costs, including but not limited to transportation (insurance etc.) of supply and equipment, customs, installation, calibration, testing basic training, guarantee and warranty on services and parts, as stipulated in the ITB. Depending on the availability of budget UNDP reserves the right to increase the number of units to be procured at the same unit rate quoted by the successful bidder, by upto 25% as per Clause 35 of the Instructions to Bidders section of the ITB. 62
64 Section 8: UNDP General Terms and Conditions of Contract for Goods 1. ACCEPTANCE OF THE PURCHASE ORDER This Purchase Order may only be accepted by the Supplier's signing and returning an acknowledgement copy of it or by timely delivery of the goods in accordance with the terms of this Purchase Order, as herein specified. Acceptance of this Purchase Order shall effect a contract between the Parties under which the rights and obligations of the Parties shall be governed solely by the terms and conditions of this Purchase Order, including these General Conditions. No additional or inconsistent provisions proposed by the Supplier shall bind UNDP unless agreed to in writing by a duly authorized official of UNDP. 2. PAYMENT UNDP shall, on fulfillment of the Delivery Terms, unless otherwise provided in this Purchase Order, make payment within 30 days of receipt of the Supplier's invoice for the goods and copies of the shipping documents specified in this Purchase Order Payment against the invoice referred to above will reflect any discount shown under the payment terms of this Purchase Order, provided payment is made within the period required by such payment terms Unless authorized by UNDP, the Supplier shall submit one invoice in respect of this Purchase Order, and such invoice must indicate the Purchase Order's identification number The prices shown in this Purchase Order may not be increased except by express written agreement of UNDP. 3. TAX EXEMPTION 3.1 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 utilities 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 UNDP's exemption from such taxes, duties or charges, the Supplier shall immediately consult with UNDP to determine a mutually acceptable procedure. 3.2 Accordingly, the Supplier authorizes UNDP to deduct from the Supplier's invoice any amount representing such taxes, duties or charges, unless the Supplier has consulted with UNDP before the payment thereof and UNDP has, in each instance, specifically 63
65 authorized the Supplier to pay such taxes, duties or charges under protest. In that event, the Supplier shall provide UNDP with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized. 4. RISK OF LOSS Risk of loss, damage to or destruction of the goods shall be governed in accordance with DDU Incoterms 2000, unless otherwise agreed upon by the Parties on the front side of this Purchase Order. 5. EXPORT LICENCES Notwithstanding any INCOTERM 2000 used in this Purchase Order, the Supplier shall obtain any export licences required for the goods. 6. FITNESS OF GOODS/PACKAGING The Supplier warrants that the goods, including packaging, conform to the specifications for the goods ordered under this Purchase Order and are fit for the purposes for which such goods are ordinarily used and for purposes expressly made known to the Supplier by UNDP, and are free from defects in workmanship and materials. The Supplier also warrants that the goods are contained or packaged adequately to protect the goods. 7. INSPECTION 1. UNDP shall have a reasonable time after delivery of the goods to inspect them and to reject and refuse acceptance of goods not conforming to this Purchase Order; payment for goods pursuant to this Purchase Order shall not be deemed an acceptance of the goods. 2. Inspection prior to shipment does not relieve the Supplier from any of its contractual obligations. 8. INTELLECTUAL PROPERTY INFRINGEMENT The Supplier warrants that the use or supply by UNDP of the goods sold under this Purchase Order does not infringe any patent, design, trade-name or trade-mark. In addition, the Supplier shall, pursuant to this warranty, indemnify, defend and hold UNDP and the United Nations harmless from any actions or claims brought against UNDP or the United Nations pertaining to the alleged infringement of a patent, design, trade-name or trade-mark arising in connection with the goods sold under this Purchase Order. 9. RIGHTS OF UNDP 64
66 In case of failure by the Supplier to fulfil its obligations under the terms and conditions of this Purchase Order, including but not limited to failure to obtain necessary export licences, or to make delivery of all or part of the goods by the agreed delivery date or dates, UNDP may, after giving the Supplier reasonable notice to perform and without prejudice to any other rights or remedies, exercise one or more of the following rights: a) Procure all or part of the goods from other sources, in which event UNDP may hold the Supplier responsible for any excess cost occasioned thereby. b) Refuse to accept delivery of all or part of the goods. c) Cancel this Purchase Order without any liability for termination charges or any other liability of any kind of UNDP. 10. LATE DELIVERY Without limiting any other rights or obligations of the parties hereunder, if the Supplier will be unable to deliver the goods by the delivery date(s) stipulated in this Purchase Order, the Supplier shall (i) immediately consult with UNDP to determine the most expeditious means for delivering the goods and (ii) use an expedited means of delivery, at the Supplier's cost (unless the delay is due to Force Majeure), if reasonably so requested by UNDP. 11. ASSIGNMENT AND INSOLVENCY The Supplier shall not, except after obtaining the written consent of UNDP, assign, transfer, pledge or make other disposition of this Purchase Order, or any part thereof, or any of the Supplier's rights or obligations under this Purchase Order Should the Supplier become insolvent or should control of the Supplier change by virtue of insolvency, UNDP may, without prejudice to any other rights or remedies, immediately terminate this Purchase Order by giving the Supplier written notice of termination. 12. USE OF UNDP OR UNITED NATIONS NAME OR EMBLEM The Supplier shall not use the name, emblem or official seal of UNDP or the United Nations for any purpose. 13. PROHIBITION ON ADVERTISING The Supplier shall not advertise or otherwise make public that it is furnishing goods or services to UNDP without specific permission of UNDP in each instance. 14. CHILD LABOUR 65
67 The Supplier represents and warrants that neither it nor any of its affiliates 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 Purchase Order immediately upon notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP. 15. MINES The Supplier represents and warrants that neither it nor any of its affiliates is actively and directly engaged in patent activities, development, assembly, production, trade or 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 Any breach of this representation and warranty shall entitle UNDP to terminate this Purchase Order immediately upon notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP. 16. 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 Purchase Order 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 obtaining, or according to such other procedure as may be agreed between the Parties Arbitration Unless, any such dispute, controversy or claim between the Parties arising out of or relating to this Purchase Order or the breach, termination or invalidity thereof is settled amicably under the preceding paragraph of this Section within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, such dispute, controversy or claim shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining, including its provisions on applicable law. The arbitral 66
68 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. 17. PRIVILEGES AND IMMUNITIES Nothing in or related to these General Terms and Conditions or this Purchase Order shall be deemed a waiver of any of the privileges and immunities of the United Nations, including its subsidiary organs. 18. SEXUAL EXPLOITATION: 18.1 The Contractor shall take all appropriate measures to prevent sexual exploitation or abuse of anyone by it or by any of its employees or any other persons who may be engaged by the Contractor to perform any services under the Contract. For these purposes, sexual activity with any person less than eighteen years of age, regardless of any laws relating to consent, shall constitute the sexual exploitation and abuse of such person. In addition, the Contractor shall refrain from, and shall take all appropriate measures to prohibit its employees or other persons engaged by it from, exchanging any money, goods, services, offers of employment or other things of value, for sexual favors or activities, or from engaging in any sexual activities that are exploitive or degrading to any person. The Contractor acknowledges and agrees that the provisions hereof constitute an essential term of the Contract and that any breach of this representation and warranty shall entitle UNDP to terminate the Contract immediately upon notice to the Contractor, without any liability for termination charges or any other liability of any kind UNDP shall not apply the foregoing standard relating to age in any case in which the Contractor s personnel or any other person who may be engaged by the Contractor to perform any services under the Contract is married to the person less than the age of eighteen years with whom sexual activity has occurred and in which such marriage is recognized as valid under the laws of the country of citizenship of such Contractor s personnel or such other person who may be engaged by the Contractor to perform any services under the Contract OFFICIALS NOT TO BENEFIT: The Contractor warrants that no official of UNDP or 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. 20. AUTHORITY TO MODIFY: 67
69 Pursuant to the Financial Regulations and Rules of UNDP, only the UNDP Authorized Official possess the authority to agree on behalf of UNDP to any modification of or change in this Agreement, to a waiver of any of its provisions or to any additional contractual relationship of any kind with the Contractor. Accordingly, no modification or change in this Contract shall be valid and enforceable against UNDP unless provided by an amendment to this Agreement signed by the Contractor and jointly by the UNDP Authorized Official. 68
INVITATION TO BID. Construction of Livestock Markets within the scope of Ardahan Kars Artvin Development Project UNDP-TUR-ITB-PROJ(AKADP)2016/07
INVITATION TO BID Construction of Livestock Markets within the scope of Ardahan Kars Artvin Development Project LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction of Livestock
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
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
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 FOR THE PROVISION OF CLEANING SERVICES AT THE UN HOUSE MONGOLIA. United Nations Development Programme October 2015
REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES AT THE UN HOUSE MONGOLIA mm mm United Nations Development Programme October 2015 1 Section 1. Letter of Invitation 23 October 2015 Ulaanbaatar
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
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
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)
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
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:
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...
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
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
Procurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P
STANDARD 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 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
Eskom Holdings SOC Ltd s Standard Conditions of Tender
1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.
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
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
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
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
Development of IT Solution. for. IRENA African Clean Energy Corridor (ACEC) Project Facilitation Platform
REQUEST FOR PROPOSALS (RFP) [RFP/2015-007] Development of IT Solution for IRENA African Clean Energy Corridor (ACEC) Project Facilitation Platform International Renewable Energy Agency Abu Dhabi, UAE [March,
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
Procurement of Provision of Computers and Computer Peripherals for CBUD cities
B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT
Request for 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
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
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
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps
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
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
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
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
TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF
PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)
DEPARTMENT OF FINANCE PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP) ITB NO. 2014-02 (C) (RE-BID) TABLE OF CONTENTS
Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73
Nepal Stock Exchange Limited NEPSE Singhadurbar Plaza, Kathmandu BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract
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:
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
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
Standard Request for Proposals. Selection of Consultants
STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants The Islamic Development Bank March 2012 This document is subject to copyright. This document may be used and reproduced
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract
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
Standard Request for Proposals Selection of Consultants
STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants September 2012 This document is subject to copyright. This document may be used and reproduced for non-commercial
BANK OF UGANDA REPUBLIC OF UGANDA
BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: [email protected]
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
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
The Procurement Guidelines of. the Japanese Grant Aid. (Type I-G)
The Procurement Guidelines of the Japanese Grant Aid JAPAN INTERNATIONAL COOPERATION AGENCY (JICA) 1 Table of Contents PART I Basic Principles... 4 I-1 Introduction... 4 I-2 Parties Concerned... 4 I-3
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
North American Development Bank. Model Bidding Document: Consultant Services
North American Development Bank Model Bidding Document: Consultant Services MODEL DOCUMENTS Sample letter of invitation Outline for typical Terms of Reference Supplementary information for consultants
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
Standard Bidding Documents. Procurement of Works
Standard Bidding Documents Procurement of Works FIDIC This electronic document prepared by The World Bank is intended to fulfill the objectives of para. 2.12 of Guidelines: Procurement under IBRD Loans
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
Request for proposal for Designing of a Logo for Department of Commerce
Request for proposal for Designing of a Logo for Department of Commerce Request for Proposal [RFP] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon - 122003, Haryana.
EMPLOYEES OLD-AGE BENEFITS INSTITUTION
EMPLOYEES OLD-AGE BENEFITS INSTITUTION HEAD OFFICE, G.P.O. BUILDING I.I. CHUNDRIGAR ROAD, KARCHI REQUEST FOR PROPOSAL FOR HUMAN RESOURCE CONSULTANCY SERVICES A. INVITATION TO BID The Employees Old-Age
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
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
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
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
Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013
Transport for London INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013 Invitation to Tender TfL/90711 Bridge Design Consultancy Services
REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project
REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon
SECTION 6: RFQ Process, Terms and Conditions
SECTION 6: RFQ Process, Terms and Conditions Note to suppliers and Respondents In managing this procurement the Buyer will endeavour to act fairly and reasonably in all of its dealings with interested
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
INVITATION TO BID: ITB 013-011
5 June 2013 INVITATION TO BID: ITB 013-011 Procurement of file server CLOSING DATE AND TIME: 12 June 2013 23:59 p.m. CET INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees
PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)
PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,
Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon
Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...
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:
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
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
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
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,
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
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:
BANK OF UGANDA REPUBLIC OF UGANDA
BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: [email protected]
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:
RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors
RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors Request for Proposal [RFP] India Brand Equity Foundation Apparel House, 5th Floor
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
Procurement of CONSULTING SERVICES
Republic of the Philippines Department Of Environment and Natural Resources FOREST MANAGEMENT BUREAU FMB Bldg. Visayas Avenue, Diliman, 1100 Quezon City Tel. No.: (632)927-4788/ Fax No.: (632) 920-0374
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
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 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
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]
Procedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14
Procedures for Tenders and Contracts October 2014 Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Huon Valley Council Procedures for Tenders and Contracts October 2014
BUYING AGENCY AGREEMENT
THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred
CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
Request for Quotation (RFQ) for Goods
Request for Quotation (RFQ) for Goods Supply and Delivery of Generator Deisel 110-130 KVA including Sound Proof Canopy for U0NOPS/MACCA HQ in Kabul, Afghanistan Case track number: UNOPS-AFG-RFQ-002-2015
REQUEST FOR PROPOSALS
Table of Contents March 2012 REQUEST FOR PROPOSALS DISASTER RECOVERY/BUSINESS CONTINUITY SERVICES Soliciting detailed proposals for the development of plans to meet a variety of contingencies REQUEST FOR
REQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website
FPU.SR- 19.5 REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR The Design and Development of the Zimbabwe Diaspora Website Prepared by Number 4 Duthie Road, Alexandra
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
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT
Procurement of CONSULTING SERVICES
PHILIPPINE BIDDING DOCUMENTS Procurement of CONSULTING SERVICES Government of the Republic of the Philippines Fourth Edition December 2010 Preface These Philippine Bidding Documents (PBDs) for the procurement
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
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
1. Technical Offer Submission Sheet
8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.
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
