DATED 20 CONDITIONS OF TENDERING FOR CONTRACT FOR SCHOOL TRANSPORT SERVICES

Size: px
Start display at page:

Download "DATED 20 CONDITIONS OF TENDERING FOR CONTRACT FOR SCHOOL TRANSPORT SERVICES"

Transcription

1 DATED 20 CONDITIONS OF TENDERING FOR CONTRACT FOR SCHOOL TRANSPORT SERVICES Coras Iompair Eireann Solicitor s Office Bridgewater House Islandbridge Dublin 8 T13/58/12/BL/D4C/090513

2 CONTENTS Page No 1 Invitation to Tender Definitions Information In The Conditions Of Tendering Completion of Tender Form Return of Tenders Information and Queries Compliant Tenders Modifications to/withdrawal of Tenders Evaluation and Opening of Tenders Award of Contract Security and Compliance Prompt Payment Of Accounts Documents Vehicles Background Vetting Check Governing Law and Jurisdiction Tender Form Tender for Contract for School Transport Services Schedule Information To Be Supplied With Tender As Required By Conditions Of Tendering Schedule Insurance Questionnaire Schedule Declaration of Conflicts Schedule Return of Tenders/Information and Queries Schedule Declaration in relation to Exclusion Criteria Schedule Award Criteria Schedule Maximum Adult Seating Capacity, Proposed Cleaning Methodology and Driver Route Training Schedule Employee Declaration Schedule Health, Safety and Environment Questionnaire Schedule Vehicle Documentation Declaration Schedule

3 Driver Documentation Declaration Appendix Operating Board(s) Appendix The Contract Appendix Contact List

4 1 INVITATION TO TENDER 1.1 Bus Eireann Irish Bus ( BE ) invites tenders for the provision of school transport services (the Services ), pursuant to the Contract Notice as specified in Schedule 4, required by BE in accordance with the operating board(s) (the Operating Boards ) set out in Appendix 1 to these conditions of tendering (the Conditions of Tendering ) and on the basis of the contract for school transport services (the Contract ) set out in Appendix 2 to these Conditions of Tendering. 1.2 Where more than one Operating Board is set out in Appendix 1 to these Conditions of Tendering, tenderers may submit a tender for one or more of such Operating Boards. 2 DEFINITIONS 2.1 Unless otherwise stated, any capitalised terms in these Conditions of Tendering which are not defined herein, shall have the same meaning as assigned to them in the Contract. 2.2 The Conditions of Tendering, Operating Boards, Contract and any other documents supplied to tenderers herewith shall be referred to collectively as the Invitation to Tender. 3 INFORMATION IN THE CONDITIONS OF TENDERING 3.1 The Invitation to Tender is a summary of available information and no reliance shall be placed by the tenderer on any information or statements contained herein and/or supplied by BE hereunder and no representation or warranty, express or implied is or will be made by BE in relation to such information. Without prejudice to the foregoing, neither BE nor its advisors, consultants, contractors, servants and/or agents shall have any liability or responsibility in relation to the accuracy, adequacy or completeness of such information or any statements made. For the avoidance of doubt, the tenderer should not assume that such information or statements will remain unchanged. 3.2 BE gives no warranty that the information contained in the Invitation to Tender or supplied by BE hereunder is comprehensive or that it has been independently verified. Nothing in the Invitation to Tender shall be construed as legal, financial or tax advice. 4 COMPLETION OF TENDER FORM 4.1 Tenders shall be submitted on the enclosed tender form (the Tender Form ) together with the other documents referred to in Schedule 1 attached to these Conditions of Tendering and any additional information which the tenderer believes necessary to clarify its bid. 4.2 Execution of the Tender Form: The Tender Form must be duly completed and signed in ink by the tenderer. Tenders shall be submitted in English. The Tender Form must be signed or sealed in whatever manner is usual and legally permissible on behalf of the tenderer for the tenderer to legally bind itself, which signing/sealing entity must be the same as the prequalifying entity. The name of each person signing should be typed or written in block capitals below its signature. The official capacity or authority of the persons signing should be shown. 4.3 Legal Opinion: BE may require the tenderers to procure a formal legal opinion at the tenderer s cost certifying that: 4

5 4.3.1 the tenderer has all requisite corporate power to execute, deliver and perform its obligations under these Conditions of Tendering, the Contract and any bonds required to be procured by the tenderer under the Contract; such execution, delivery and performance of the Conditions of Tendering, the Contract and any bonds required to be procured by the tenderer under the Contract have been duly authorised by appropriate corporate action; and the Conditions of Tendering, the Contract and any bonds required to be procured by the tenderer under the Contract constitute legally binding obligations on the tenderer. 4.4 Tenders should be complete and all documents and details requested should be submitted. Incomplete tenders may be rejected. 4.5 Subcontractors and Suppliers: The successful tenderer shall not be permitted to subcontract or assign the whole or any part of their obligations under the Contract, without the prior written consent of BE. The tenderer s attention is drawn to Condition Insurance Details: Tenderers must submit for approval with their tender, details of the terms of insurance they propose to effect, or which they already hold and intend to use, to meet any insurance requirements stated in the Contract. Where the insurance terms submitted for approval provide for an excess sum, tenderers must include with their tender a statement undertaking responsibility for dealing with third party claims within the excess amount. Excess sums of more than 10,000 shall only be approved at the absolute discretion of BE. 4.7 Tenderers shall complete the Insurance Questionnaire set out in Schedule Where the level of indemnity under any insurance policy which tenderers hold or intend to use to meet any requirements stated in the Contract is an aggregate amount (provided such insurance is permitted under the Contract), tenderers shall notify BE of any claims made under such policy by completing the Insurance Questionnaire. BE reserves the right to request that such policies provide a separate aggregate limit in respect of any claims arising out of or relating to this Contract. 4.9 The details provided by tenderers in the Insurance Questionnaire set out in Schedule 2 and any existing arrangements which tenderers have in place or propose to make in relation to insurance are subject to further comment by BE and its insurance advisers and BE and its insurance advisers may query or seek clarifications on any matters pertaining thereto as they see fit BE reserves the right at its sole discretion to reject any tender where the terms of insurance which is proposed to be provided is not to BE s satisfaction Conflicts of Interest: Any conflict of interest or potential conflict of interest must be fully disclosed in writing to BE as soon as the conflict or potential conflict arises. In circumstances where information in relation to a conflict or potential conflict only comes to the tenderer s notice after the submission of a bid, that information should be communicated to BE immediately upon such information becoming known to the tenderer Without prejudice to the foregoing, tenderers are required to disclose with their tenders details of any relationships that they (or where the tender is submitted by a group, any member of that group), their employees, advisors, servants, agents, consultants, shareholders or relatives 5

6 (which for the purpose of this Condition 4.12, in relation to a person, means a brother, sister, parent or spouse of the person or a child of the person or of the spouse) have with any member, employee, advisor, servant, agent or consultant of BE or Coras Iompair Eireann ( CIE ), including any subsidiary company of CIE, which would or could potentially result in a conflict of interest in bidding for or performing the Contract Accordingly, tenderers, and where the tender is submitted by a group, each member of that group, must complete the Declaration of Conflicts as set out in Schedule In the event of any conflict or potential conflict of interest BE may, in its absolute discretion, decide on the appropriate course of action which may involve the exclusion of the relevant tenderer from the tender process Validity of Tenders: Tenders shall remain valid for six months from the Closing Date, as specified in Schedule 4, for receipt of tenders Price Basis: The tender shall be a fixed price tender and not subject to price adjustment or any price variation formula. The charges shall include all items specified in the tender and all items not specifically mentioned in the tender but necessary to complete the Contract Rates And Prices: The rates and prices quoted in the tender shall include all customs, duties, and levies in operation at the date of the tender but shall be exclusive of Value Added Tax Currency: Rates and prices quoted shall be in euro unless a different currency is expressly authorised by BE Errors and Omissions: Tenderers shall take no advantage of any apparent errors or omissions in the Invitation to Tender. In the event that the tenderer discovers any such error or omission, the tenderer shall immediately notify BE. 5 RETURN OF TENDERS 5.1 The completed tender should be enclosed in a sealed envelope and addressed and delivered to the person and address identified in paragraph 2 of Schedule 4, on or before the Closing Date as set out in paragraph 3 of Schedule 4 (any time specified in Schedule 4 is taken as standard time according to the Standard Time Act, 1968, as amended by the Standard Time (Amendment) Act, 1971 and any subsequent amendment or re-enactment). Tenders not so addressed may be rejected. 5.2 The number of completed hard copies of the tender which should be submitted is set out in paragraph 4 of Schedule Late Tenders: Late tenders received after the Closing Date and after the opening of other tenders shall not be accepted by BE under any circumstances and shall be returned unopened to the tenderer, who is fully responsible for the safe and timely delivery of its tender. Late tenders received after the Closing Date but before the opening of other tenders may be accepted at BE s sole discretion provided that the tenderer can satisfy BE that such tender was dispatched prior to the Closing Date. 5.4 Costs Of Preparation Of Tender: BE will not be responsible for and will not pay for any expense incurred or loss suffered by a tenderer in the preparation or submission of its tender. 6

7 Further, BE shall not be responsible for any travel or accommodation costs incurred by the tenderer unless previously agreed in writing by BE. 5.5 Confidentiality Of Invitation To Tender: The Invitation to Tender and any information or statements contained herein and/or supplied hereunder shall be treated as private and confidential. Tenderers must not disclose the fact that they have been invited to tender or release details of the Invitation to Tender, including any information contained herein and/or supplied hereunder, to third parties other than on a confidential and strict need-to-know basis to those with whom they need to consult for the purpose of preparing the tender. 6 INFORMATION AND QUERIES 6.1 The tenderer must satisfy itself as to the nature and requirements of the Contract. 6.2 All queries directly related to the Contract or the Invitation to Tender should be addressed in writing and sent by post, facsimile or transmission to the person identified in paragraph 5 of Schedule 4 to arrive not later than the last date for receipt of queries as set out in paragraph 6 of Schedule 4. It is the tenderer s responsibility to ensure that all queries are received by BE. 6.3 BE has no obligation to respond to queries. 6.4 Subject to Condition 6.3, copies of all queries submitted pursuant to Condition 6.2 and BE s replies will be circulated to all tenderers no later than the last date for circulation of replies as set out in paragraph 7 of Schedule Supplemental Information: BE may issue supplemental information to all tenderers. Supplemental information may amend any of the information in this Invitation to Tender including by deleting or adding to it or by amending or extending time limits. Supplemental information will only become part of the Contract if it is stated to amend the Contract. 6.6 Amendments: BE may modify any documents in the Invitation to Tender in any respect by way of clarification, addition, deletion or otherwise prior to the Closing Date. 7 COMPLIANT TENDERS 7.1 Compliant Tenders: Except as expressly permitted in these Conditions of Tendering, tenderers must submit a fully compliant tender which is not qualified in any way. Tenderers should describe in their tenders any requirements with which they are unable to comply. BE reserves the right to reject a non-compliant tender. 7.2 Variant Tenders: Variant tenders are not permitted. 8 MODIFICATIONS TO/WITHDRAWAL OF TENDERS 8.1 The tenderer may modify or withdraw its tender after submitting it, if the modification or notice of withdrawal is received in writing before the prescribed time for submission of tenders but not thereafter. The tenderer s modification or notice of withdrawal shall be prepared, sealed and marked on the inner envelopes with the wording MODIFICATION or WITHDRAWAL as appropriate. In particular, the modification and notice of withdrawal shall be signed by a person or persons duly authorised to bind the tenderer and proof of authorisation shall be annexed. 7

8 9 EVALUATION AND OPENING OF TENDERS 9.1 Confidentiality Of Evaluation: After the official opening of tenders, no information relating to the examination, clarification, evaluation and comparison of tenders and recommendations concerning the award of a contract shall be disclosed to tenderers or other persons not officially concerned with such process. 9.2 Canvassing, Interference and Collusive Tendering: Any attempt by a tenderer to influence the process of tender evaluation and contract award through canvassing or other means shall result in that tender being rejected. Tenderers are advised that the use of improper influence will also result in a tender being automatically disqualified. Examples of such improper influence would be collusion, price fixing, bid rotation or market division. 9.3 Inducements: If any tenderer is found to have, at any time, offered to give or to have agreed to offer or give to any person, any bribe, gift, gratuity, commission or consideration of any kind as an inducement or reward for taking or forbearing to take any action in relation to the obtaining or evaluation of its tender, or for showing or forbearing to show any favour or disfavour to any person in relation to its tender, the tender submitted by such tenderer shall be automatically disqualified and the circumstances surrounding such action shall be referred to the appropriate authority. 9.4 Exclusion Criteria: Tenderers shall complete the declaration in relation to exclusion criteria set out in Schedule Correction Of Errors: Detailed pricing of all tenders will be examined for errors which might alter the tender pricing determined from the figures on the Tender Form. Errors in computation shall be corrected as follows: where there is a discrepancy between amounts in figures and words the amount in words shall apply; where there is a discrepancy between the unit price and the total amount derived from the multiplication of the unit price and the quantity, the unit price as quoted will normally govern unless, in the opinion of BE, there is a gross mathematical error in the unit price, in which event the total amount as quoted will govern; and the amount stated in the Tender Form will be adjusted by BE in accordance with the above procedure and, with the agreement of the tenderer, shall be considered as binding upon the tenderer. Without prejudice to this Condition 9.5, a tenderer not accepting the correction of their tender as outlined in this Condition 9.5 shall have their tender rejected. 9.6 Clarification Of Tenders: To assist in the examination and comparison of tenders, BE may ask tenderers for clarification of their tenders, including breakdowns of prices. 9.7 Tenderers may be asked to attend a post-tender clarification meeting. In such event the tenderer shall bear all its costs and expenses in attending any such meeting. 8

9 10 AWARD OF CONTRACT 10.1 BE reserves the right, at its sole discretion, to accept or reject any tender and to waive any irregularity or informality in any tender. BE shall be under no obligation to accept the lowest or any tender. BE reserves the right not to proceed with the procurement process or any part of it and may terminate the process or any part of it at any time, with or without procuring the Services in another way. In the event of termination of the process, BE will not be liable to any tenderer or any other person. BE does not bind itself to accept any outcome of the process described in these documents and is not obliged to enter into a contract for the Services with anyone If a tender is submitted by a group (more than one) of contractors (whether involving a main contractor, proposed subcontractor, consortium member or otherwise), then those contractors, if their tender is accepted, shall contract so as to provide that each in the group will be jointly and severally liable to BE for execution of the Contract. Where the group proposes to contract as a single entity through the incorporation of a special purpose vehicle or otherwise, the entity s obligation shall be guaranteed by each group member. It will be necessary for any group of contractors wishing to submit a joint bid to state a single addressee who will be responsible for the receipt and processing of the participating orders and for resolving any problems relating to the tender and the Contract, if awarded. For the avoidance of doubt, all information, including declarations, requested in these Conditions of Tendering must be submitted in respect of each group member If, as a result of a change in circumstances or otherwise, any information given by a tenderer to BE, in a tender or otherwise, including in the prequalification questionnaire, was (when submitted) or has become (by reference to the facts as they then stand or otherwise) untrue, incomplete or misleading, the tenderer must notify BE as soon as it becomes aware of this. If it comes to BE s attention (through such notification or otherwise) that: there has been a change in circumstances concerning a tenderer that could affect BE s assessment of its tender or BE s decision to invite the tenderer to submit a tender; or information submitted by a tenderer was (when submitted) or has become (by reference to the facts as they then stand) untrue, incomplete or misleading; BE may (but is not required to) revise its assessment of the tenderer s tender on the basis of the information available to BE Where appropriate, BE reserves the right to procure the Services either as a single contract or, at its sole discretion, by division into two or more lots If a tenderer fails to comply in any way with this Invitation to Tender BE may (but is not obliged to) reject the tender concerned and without prejudice to its right, BE may (but is not obliged to) do any of the following or any combination of them: seek clarification or further information from the tenderer; waive a requirement that BE does not consider material; amend these documents and invite all tenderers to adjust their tenders on the basis of the amendment. 9

10 10.6 Award Criteria: It is envisaged that, in respect of each Operating Board, a successful or preferred bidder will be selected from the tenders which comply with these Conditions of Tendering on the basis of the most economically advantageous tender. The most economically advantageous tender will be evaluated based on the criteria weighted as set out in Schedule BE reserves the right to award the Contract in respect of each Operating Board without any further reference to or communication with any of the tenderers BE reserves the right to conduct the evaluation of tenders and/or the selection of the successful or preferred bidder in successive stages, including the right to reduce the number of bidders by way of a short list and/or seek best and final offers from one or more of the tenderers. BE reserves the right to enter into further negotiations with a preferred bidder. In the event that negotiations with the preferred bidder do not result in the award of the Contract in respect of an Operating Board to the preferred bidder, BE reserves the right to negotiate with any one or more of the remaining tenderers Tenderers should note that, notwithstanding the above, BE reserves the right not to award a contract and to terminate, in its absolute discretion, the award procedure at any time Contract award: It is envisaged that, subject to the agreement of contract terms, the successful tenderer in respect of each Operating Board will ultimately enter into a formal agreement which shall be in substantially the same terms of the Contract attached Standstill period: BE will notify the successful tenderer and all other tenderers who have submitted an admissible tender of its award decision For the avoidance of doubt, BE will not enter into a contract with the successful tenderer until at least 14 days have elapsed since the date on which other tenderers were notified in accordance with Condition SECURITY AND COMPLIANCE 11.1 BE reserves the right to make award of the contract conditional upon the tenderer giving such security for the due performance of the Contract as BE may require Tax: It will be a condition of the award of the Contract that the successful tenderer will be required to produce for inspection by BE a current Tax Clearance Certificate issued by the Irish Revenue Commissioners The tenderer shall continue to hold current issues of all such certificates until the final payment becomes due under the Contract, and no payment falling due under the Contract will be made by BE unless it has in its possession at the time of such payment a current issue of the relevant certificates Employment Legislation: It will be a condition of the award of the Contract that the tenderer shall observe all applicable employment legislation in force in Ireland during the course of the Contract including, without limitation, the National Minimum Wage Act 2000 and all Employment Regulation Orders and Registered Employment Agreements Tenderers shall complete the declaration in relation to employees set out in Schedule 8. 10

11 11.6 Tenderers shall complete the Health, Safety and Environment questionnaire set out in Schedule PROMPT PAYMENT OF ACCOUNTS 12.1 Tenderers shall note that the Prompt Payment of Accounts Act, 1997 (No 31 of 1997) (the Act ) as amended will apply to the Contract. 13 DOCUMENTS 13.1 The documents required to be submitted by the tenderer, in order to submit a valid tender, are set out in Schedule 1 to these Conditions of Tendering. 14 VEHICLES 14.1 All vehicles operating school transport services must be no older than 20 years and must be fitted with appropriate seatbelts. Vehicles operating school transport services must be kept within the 20 year age limit. Any vehicle proposed by a tenderer which is older than 20 years or does not have appropriate seatbelts will not be considered under this procurement process. Failure by a successful tenderer to adhere to this requirement will result in contract termination BE reserves the right to inspect or arrange for a third party to inspect at any time during the procurement process any vehicle(s) proposed by a tenderer or utilised by a service provider for the provision of school transport services. The tenderer or service provider shall bear the cost of such inspections as may be specified by BE. If a vehicle fails such an inspection, the tenderer or service provider may have action taken against them up to and including elimination from the procurement process and/or contract termination BE further reserves the right at its absolute discretion not to award a Contract in respect of an Operating Board where, in the opinion of BE, the successful tenderer s vehicle is unsuitable for the operating conditions pertaining to the Operating Board A tenderer who submits a tender for an Operating Board which requires a vehicle type with nine or more adult seats must hold a current Road Passenger Transport Operator s Licence which must be issued in the name of the tenderer. Any such tenderer who fails to hold such a Road Passenger Transport Operator s Licence will not be considered under this procurement process. 15 BACKGROUND VETTING CHECK 15.1 A background vetting check by An Garda Siochana is mandatory for persons engaged in the transportation of school children while operating school transport services. Tenderers who do not disclose accurate information or who have not responded to investigative enquiries may have action taken against them up to and including elimination from the procurement process and/or contract termination. 16 GOVERNING LAW AND JURISDICTION 16.1 These Conditions of Tendering shall in all respects be governed by and construed in accordance with the laws of Ireland. 11

12 16.2 Tenderers irrevocably agree for the benefit of BE that the courts of Ireland have exclusive jurisdiction to hear and decide any suit, action or proceedings and to settle any disputes which may arise out of or are in connection with these Conditions of Tendering, and, for these purposes, irrevocably submit to the jurisdiction of the courts of Ireland. 12

13 TENDER FORM Tender for Contract for School Transport Services TO:- [Tenderers must insert the name and address of the relevant person specified in Appendix 3] 1. In accordance with and subject to the Conditions of Tendering for Contract for School Transport Services ( Conditions of Tendering ), we hereby tender for the contract to provide the services required by Bus Eireann Irish Bus ( BE ) as described in the Operating Boards set out in Appendix 1 to the Conditions of Tendering and on the basis of the Contract for School Transport Services set out in Appendix 2 to the Conditions of Tendering for the charges specified in the Pricing Schedule attached to this Tender Form: NB:- * Charges quoted should be stated in words as well as figures and should be exclusive of VAT. * Tenderers are asked to provide a complete breakdown of the makeup of their tender. 2. Charges quoted should include all preparatory work necessary to provide the Services. 3. We understand that you are not bound to accept the lowest or any tender you may receive. 4. We confirm that this tender shall be valid for six months from the Closing Date and that it shall remain binding upon us for that period. 13

14 Name of Person, Firm or Company Tendering: Address (IN BLOCK LETTERING) Company Registration Number (if applicable) Telephone Number Fax Number address Contact Name 14

15 The Common Seal of was hereunto affixed in the presence of : Director Director/Secretary OR Signed for and on behalf of Person, Firm or Company Witness s Signature: Witness s Address: Witness s Occupation: DATED the day of 20 15

16 Please continue on a separate sheet, if required. Pricing Schedule School Transport Services OPERATING BOARD NO. PRICE FOR COMPLETE OPERATING BOARD PER DAY (in numbers and writing) Please specify in respect of the vehicle* proposed for each Operating Board: (1) VEHICLE TYPE (i.e. Double Deck, Large, Medium, Mini or Taxi Please specify in respect of the vehicle* proposed for each Operating Board: Please specify in respect of the vehicle proposed for each Operating Board ADULT / WHEELCHAIR SEATING CAPACITY** Registration Make Model Seat belts fitted (insert YES/NO as appropriate) Registration Make Model Seat belts fitted (insert YES/NO as appropriate) 16

17 Registration Make Model Seat belts fitted (insert YES/NO as appropriate) * All vehicles operating school transport services must be no older than 20 years and must be fitted with appropriate seatbelts. Vehicles operating school transport services must be kept within the 20 year age limit. Any vehicle proposed by a tenderer which is older than 20 years or does not have appropriate seatbelts will not be considered under this procurement process. Failure by a successful tenderer to adhere to this requirement will result in contract termination. **Tenderers should note paragraph 4 of Schedule 6 and the minimum required adult seating capacity specified by BE in respect of the Operating Board(s) at Appendix 1. 17

18 SCHEDULE 1 Information To Be Supplied With Tender As Required By Conditions Of Tendering 1. Completed Tender Form including completed Pricing Schedule; 2. Compliant Tender; 4. Details of insurance which tenderers hold or intend to use in compliance with the Contract; 5. Completed Insurance Questionnaire (stamped by insurance company/broker) set out in Schedule 2; 6. Completed Health, Safety and Environment Questionnaire set out in Schedule 9; 7. Completed Employee Declaration set out in Schedule Current Tax Clearance Certificate; 9. Completed Declaration of Conflicts set out in Schedule 3; 10. Completed Declaration in relation to exclusion criteria set out in Schedule 5; 11. Applicant s Current Road Passenger Transport Operator s Licence (applicable for all vehicles with nine or more adult seats); 12. Details of the type of seatbelts fitted to the vehicle nominated for the provision of the services in respect of each Operating Board for which a tender is submitted; 12. Completed Vehicle Documentation Declaration set out in Schedule 10; 13. Completed Driver Documentation Declaration set out in Schedule 11; 14. Completed Schedule 7 to these Conditions of Tendering; and 15. All other information expressly or implicitly required by the Conditions of Tendering. 18

19 SCHEDULE 2 Insurance Questionnaire Contractor Business Description on policies Required Minimum Level of Indemnity (Schedule XXXX) Excess each Claim Insurer Renewal Date Employers Liability 13M YES/NO Public Liability 2.5M YES/NO Indemnity to Bus Éireann, Coras iompair Éireann and Minister for Education and Skills. Motor Insurance (Third Party Property 1.3M Damage) Taxi Motor Insurance (Third Party Property 30M Damage) I / We confirm that the details contained in the following sections are correct as at Signature : Date: / / YES/NO YES/NO Printed Name : Broker/Insurance Company: Broker/Insurance Company Stamp: 19

20 SCHEDULE 3 Declaration of Conflicts Contract Title: Contract for School Transport Services Conflict of Interest Declaration *I (insert full name) Of (insert company name) (the Company ) Of (insert Company address) declare, as follows: (a) I am not aware of any conflict of interest or potential conflict of interest in bidding for or performing the Contract; and (b) Neither I nor any employee, advisor, servant, agent, consultant, shareholders or relatives (which term, for the purposes of this declaration, shall have the meaning as set out in Condition 4.12 of these Conditions of Tendering) of the Company, have any relationship with employees, advisors, servants, agents, consultants or shareholders of Bus Eireann-Irish Bus or Coras Iompair Éireann (including any subsidiary companies of Coras Iompair Éireann) ( CIE ), or the relatives of Bus Eireann-Irish Bus or CIE personnel, that do or could potentially result in a conflict of interest in bidding for or performing the Contract except as set out below. I undertake to immediately make a further declaration detailing any conflict or potential conflict which may arise during the performance of the Contract and to immediately take all necessary steps to resolve it. Signed by*: [ ] For and on behalf of: [ ] Name in Block Capitals: Dated: * This declaration must be signed by a duly authorised person in the tenderer s organisation. In the case of a company, a director of the company or the company secretary must sign this declaration. 20

21 SCHEDULE 4 Return of Tenders/Information and Queries 1. In accordance with Condition 1.2 of the Conditions of Tendering, the Contract Notice placed in the Official Journal of the European Communities is referenced as follows: Publication Date: Reference Number: 11 th March ( ) 2. In accordance with Condition 5.1 of the Conditions of Tendering, the completed tender should be returned together in a sealed envelope addressed to: To: Address: See Contact List at Appendix 3 for the relevant addressee. See Contact List at Appendix 3 for the relevant address. 3. In accordance with Condition 5.1 of the Conditions of Tendering the Closing Date shall be: 1700 hours on 12 th June In accordance with Condition 5.2 of the Conditions of Tendering, the number of hard copies of the tender which should be submitted is: Two (2) 5. In accordance with Condition 6.2 of the Conditions of Tendering, all queries shall be addressed in writing and sent by post, facsimile or transmission to: 21

22 To: See Contact List at Appendix 3 for the relevant addressee. Address: Facsimile: See Contact List at Appendix 3 for the relevant address. See Contact List at Appendix 3 for the relevant facsimile. See Contact List at Appendix 3 for the relevant In accordance with Condition 6.2 of the Conditions of Tendering, the last date for receipt of queries shall be: Friday 31 st May 2013 at 5:00pm 7. In accordance with Condition 6.4 of the Conditions of Tendering, the last date for circulation of replies to queries shall be: Thursday 06 th June 2013 at 5:00pm 22

23 SCHEDULE 5 Declaration in relation to Exclusion Criteria DECLARATION (as per Article 56(4) of the European Communities (Award of Contracts by Utility Undertakings) Regulations 2007) Name of Tenderer: THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL TENDERERS Address: Country: Please tick Yes or No as appropriate to the following statements. (1) The tenderer is bankrupt or is being wound up or its affairs are being administered by a court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under a law of Ireland, another Member State of the European Union or a third country. (2) The tenderer is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by a court or of any other similar proceedings under a law of Ireland, another member state of the European Union or a third country. (3) The tenderer, a director or partner has been found guilty of professional misconduct by a competent authority that is authorised by law to hear and determine allegations of professional misconduct against persons, including the tenderer. (4) The tenderer, a director or partner has committed grave professional misconduct provable by means that Bus Éireann can demonstrate. (5) The tenderer, a director or partner has had a contract terminated by Bus Éireann or another contracting entity within the last five years preceding the date of this declaration**. (6) The tenderer has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ireland or in any other country in which the tenderer ordinarily resides or carries on business. Yes [ ] No [ ] Yes [ ] No [ ] Yes [ ] No [ ] Yes [ ] No [ ] Yes [ ] No [ ] Yes [ ] No [ ] (7) The tenderer, a director or partner has been convicted of an offence involving fraud. Yes [ ] No [ ] (8) The tenderer, a director or partner has been convicted of an offence involving money laundering. (9) The tenderer, a director or partner has been convicted of an offence involving corruption. (10) The tenderer, a director or partner has been convicted of an offence involving participation in a prescribed criminal organisation. (11) The tenderer has provided a statement or information to Bus Éireann or another contracting entity relevant to this procurement process knowing it to be false or misleading. (12) The tenderer has failed to provide a statement or other information that is reasonably required by Bus Eireann for the purpose of this procurement process. Yes [ ] No [ ] Yes [ ] No [ ] Yes [ ] No [ ] Yes [ ] No [ ] Yes [ ] No [ ] I certify that the information provided above is accurate and complete. 23

24 I understand that the provision of inaccurate or misleading information in this declaration may lead to the tenderer being excluded from participation in this procurement process and/or in future procurement processes. SIGNATURE: NAME: POSITION: DATE: TEL: FAX: *This declaration must be signed by a duly authorised person in the tenderer s organisation. In the case of a company, a director of the company or the company secretary must sign this declaration. **Where a tenderer s response to statement 5 is Yes, the tenderer should describe on a separate page the circumstances in which the termination occurred. Bus Éireann reserves the right to seek such further information from the tenderer in respect of the said termination as Bus Éireann may, in its absolute discretion, require in order for Bus Éireann to understand the circumstances in which the termination occurred. The information provided will be taken into account by Bus Éireann in considering whether or not to exclude the tenderer from further participation in this procurement process. 24

25 SCHEDULE 6 Award Criteria 1. A total of 1000 marks (100%) is available. The Quality/Price ratio is 40:60. For the avoidance of doubt, the Quality/Price ratio is set out below Criteria Max # of Marks Available % of Total Marks Available Quality % Price % Total % 2. Quality 2.1 A minimum quality threshold of 50% applies to each of the quality criteria (the Minimum Quality Threshold ). 2.2 Only tenders which meet the Minimum Quality Threshold will be evaluated on Price. QUALITY CRITERIA MARKS AVAILABLE Minimum Quality Threshold A. Maximum adult seating capacity of the vehicle proposed for the Operating Board within the vehicle type specified by BE for the Operating Board.* B. Proposed methodology for internal cleaning of the vehicle nominated for the provision of the Services C. Proposed methodology for external cleaning of the vehicle nominated for the provision of the Services D. Proposed driver route training in respect of the Operating Board for which a tender is submitted Total Marks Available 400 *Please see paragraph 4 below for details on how marks are awarded for award criterion A. 3. Price 3.1 Tenders which meet the Minimum Quality Threshold will be evaluated on Price as follows: 25

26 3.1.1 the maximum number of marks available for Price is 600. The Price will be the price for the complete Operating Board per day as specified by the tenderer in the Pricing Schedule in respect of the Operating Board under evaluation the Price will be assessed using the formula set out below. Each compliant tender submitted for each Operating Board will be scored using the following formula: Price Score = Lowest compliant tendered price x Max No. of marks available (600) Tendered price under evaluation 4. Award of marks in respect of award criterion A 4.1 In order to meet the Minimum Quality Threshold for this criterion, the adult seating capacity of the vehicle proposed for the relevant Operating Board must meet the minimum required adult seating capacity specified by BE for the said Operating Board. 4.2 A tender will be awarded the maximum marks available for award criterion A where: the adult seating capacity of the vehicle proposed for the relevant Operating Board exceeds the minimum required adult seating capacity specified by BE for the said Operating Board; or in respect of taxis, mini buses and medium buses, the adult seating capacity of the vehicle proposed for the relevant Operating Board meets the minimum required adult seating capacity specified by BE for the said Operating Board and the said minimum required adult seating capacity is the same as the maximum adult seating capacity for taxis, mini buses and medium buses, respectively, as specified by BE in the tables of qualification panels at Schedule A to the Prequalification Questionnaire ( PQQ ) for this tender process. For the avoidance of doubt, the maximum adult seating capacity specified by BE in the PQQ for taxis, mini buses and medium buses is 8, 18 and 34 adult seats, respectively. By way of example, where BE specifies in respect of an Operating Board that a mini bus is required and that the minimum required adult seating capacity is 14 adult seats, then a mini bus proposed for that Operating Board with an adult seating capacity greater than 14 adult seats will receive the maximum marks available under award criterion A. By way of further example, where BE specifies in respect of an Operating Board that a medium bus is required and that the minimum required adult seating capacity is 34 adult seats, then a medium bus proposed for that Operating Board with an adult seating capacity of 34 adult seats will receive the maximum marks available under award criterion A. 26

27 SCHEDULE 7 Maximum Adult Seating Capacity, Proposed Cleaning Methodology and Driver Route Training Please address each of the headings below in detail. Please continue on a separate sheet, if required. A. MAXIMUM ADULT SEATING CAPACITY OF THE VEHICLE PROPOSED FOR THE OPERATING BOARD WITHIN THE VEHICLE TYPE SPECIFIED BY BE FOR THE OPERATING BOARD. Tenderers should note paragraph 4 of Schedule 6 and the minimum required adult seating capacity specified by BE in respect of the Operating Board(s) at Appendix 1. TENDERER S RESPONSE: B. PROPOSED METHODOLOGY FOR INTERNAL CLEANING OF THE VEHICLE NOMINATED FOR THE PROVISION OF THE SERVICES. Please provide details of the tenderer s proposed methodology (including frequency) for internal cleaning of the vehicle nominated for the provision of the Services. TENDERER S RESPONSE:

28 C. PROPOSED METHODOLOGY FOR EXTERNAL CLEANING OF THE VEHICLE NOMINATED FOR THE PROVISION OF THE SERVICES. Please provide details of the tenderer s proposed methodology (including frequency) for external cleaning of the vehicle nominated for the provision of the Services. TENDERER S RESPONSE: D. PROPOSED DRIVER ROUTE TRAINING IN RESPECT OF THE OPERATING BOARD FOR WHICH A TENDER IS SUBMITTED. Please provide details of the proposed route training to be provided by the tenderer to the nominated driver(s) for the Services on the Operating Board for which a tender is submitted. TENDERER S RESPONSE: 28

29 SCHEDULE 8 Employee Declaration I hereby certify that all employees, regardless of nationality, engaged on contracts for the CIE Group of companies, including Bus Eireann-Irish Bus, are paid not less than the statutory minimum wage and, where applicable, Registered Employment Agreements, and I further certify that I will fully comply with the obligations to keep all records in accordance with all employment legislation. Company Name Signed* Block capitals Position Date Company Stamp Company Stamp *This declaration must be signed by a duly authorised person in the tenderer s organisation. In the case of a company, a director of the company or the company secretary must sign this declaration. 29

30 SCHEDULE 9 Health, Safety and Environment Questionnaire Please complete all relevant fields in this questionnaire. Business Name Business Address Nature of Business Telephone/Fax No. Part 1: Management of Health and Safety 1. Who in your organisation is responsible for the day to day management of health and safety? Name of competent person (in-house): Name of competent person (external; if any): 2. Please provide details of all the health and safety qualifications of the person(s) identified at 1 above. 3. Who has ultimate responsibility for the management of health and safety of the organisation, including responsibility for the person(s) identified at 1 above? Name of responsible person: Position within the organisation: Part 2: Safety Statement 1. On what date did your organisation carry out its last safety statement review? 2. Describe how you communicate the safety statement to your employees. 30

31 Note: A copy of your current Health and Safety Statement should be provided along with your tender documentation. Part 3: Risk Assessment/Method Statements 1. Do you have a documented policy or Yes No procedure for hazard identification and risk assessment? 2. Describe your policies or procedures for hazard identification and risk assessment: 3. Are you familiar with method statements? Yes No Please provide a sample method statement applicable to the works, services or supplies to be provided to Bus Eireann, under this tender process. Part 4: Training 1. Describe your policies or procedures for the provision of instruction, training and supervision in respect of health and safety. 2. Please attach details of all health and safety training relevant to those who will be engaged in providing the works, services or supplies to Bus Eireann, under this tender process. Part 5: Accidents 1. How many reportable accidents have you recorded in the past 3 years? Number of reportable accidents Please provide summary details of each reportable accident: Accident 31

32 1: Accident 2: Accident 3: Note: Where more than 3 reportable accidents have been recorded during this time, please attach summary details of each to this questionnaire. Part 6: Improvement/Prohibition Notices and Prosecutions 1. Give details of any health and safety improvement notices, prohibition notices, directions for an improvement plan, environmental warning letters and/or notices received or prosecutions brought against your organisation in the past 3 years (Attach a brief summary if applicable). Note: Prior to any award of contract, you may be required to submit additional information to substantiate your answers. 32

33 SCHEDULE 10 Vehicle Documentation Declaration 1. I hereby certify that I have in my possession a current original version of each of the following documents in respect of each vehicle nominated for each Operating Board for which a tender is submitted and that each such document is issued in the name of the tenderer: 1.1 Vehicle registration certificate; 1.2 Motor insurance certificate; 1.3 Vehicle licence (either PSV, SPSV, or Section 60 Garda Licence, as applicable); and 1.4 Certificate of Roadworthiness, (the Original Vehicle Documentation ). 2. I hereby undertake to provide to Bus Eireann the Original Vehicle Documentation, as and when requested by Bus Eireann prior to the signing of a Contract and to provide to Bus Eireann an up-to-date version of the Original Vehicle Documentation prior to any renewal of a Contract. 3. I acknowledge and accept that failure to provide the Original Vehicle Documentation as and when requested by Bus Eireann may result in elimination from this tender process or Contract termination, as the case may be. Signed by*: [ ] For and on behalf of: [ ] Name in Block Capitals: Dated: * This declaration must be signed by a duly authorised person in the tenderer s organisation. In the case of a company, a director of the company or the company secretary must sign this declaration. 33

34 SCHEDULE 11 Driver Documentation Declaration 1. I hereby certify that I have in my possession a current original version of each of the following documents in respect of each driver nominated (including, if applicable, the tenderer) for each Operating Board for which a tender is submitted: 1.1 appropriate driving licence (including SPSV Driver Licence where applicable); 1.2 evidence of attendance at the appropriate module of Driver CPC training; and 1.3 doctor s certificate certifying that the driver is medically fit to drive the highest category of vehicle shown on the driver s driving licence. 2. I hereby undertake to provide to Bus Eireann the original version of each document specified in paragraph 1.1 to paragraph 1.3 above (the Original Driver Documentation ), as and when requested by Bus Eireann prior to the signing of a Contract and to provide to Bus Eireann an up-to-date version of the Original Driver Documentation prior to any renewal of a Contract. 3. I acknowledge and accept that failure to provide the Original Driver Documentation as and when requested by Bus Eireann may result in elimination from this tender process or Contract termination, as the case may be. Signed by*: [ ] For and on behalf of: [ ] Name in Block Capitals: Dated: * This declaration must be signed by a duly authorised person in the tenderer s organisation. In the case of a company, a director of the company or the company secretary must sign this declaration. 34

35 APPENDIX 1 Operating Board(s) 35

36 APPENDIX 2 The Contract 36

37 APPENDIX 3 Contact List CONTACT LIST Local School Transport Office CONTACT NAME AND ADDRESS Phone Fax Qualification Panels Table No. Dublin, Wicklow, Kildare & Meath Cavan, Louth & Monaghan Cork North, South, East & West Kerry Limerick, Clare & North Tipperary Carlow, Kilkenny, Wexford, South Tipperary & Waterford Galway Laois, Offaly, Longford, Roscommon & Westmeath Mayo Sligo & Leitrim Donegal Mr. Fred Meagher, School Transport Office, Tara House, Tara Street., Dublin 2. Ms. Joanne Duffy, School Transport Office, Bus Éireann, Longwalk, Dundalk, Co.Louth. Ms. Charlotte Donnelly, School Transport Office, Bus Éireann, Capwell, Cork. Ms. Liz o'sullivan, School Transport Office, Bus Éireann, John Joe Sheehy Road, Tralee, Co. Kerry. Ms. Stephanie Ryan, School Transport Office, Bus Éireann, Roxboro Rd., Limerick City. Ms. Claire Furlong, School Transport Office, Bus Éireann, Plunkett Station, Waterford City. Ms. Nessa Moloney, School Transport Office, Bus Éireann, Ceannt Station, Eyre Square, Galway City schools.dublin@buseireann.ie schools.dundalk@buseireann.ie schools.cork@buseireann.ie schools.tralee@buseireann.ie schools.limerick@buseireann.ie schools.waterford@buseireann.ie schools.galway@buseireann.ie Ms. Siobhan Griffin, School Transport Office, Bus Éireann Bus Depot, Athlone, Co. Westmeath schools.athlone@buseireann.ie Ms. Ann Roche, School Transport Office, Bus Éireann, Kevin Barry Street, Ballina, Co Mayo schools.ballina@buseireann.ie Ms. Fiona Scanlon, School Transport Office, Bus 071- Éireann, McDiarmada Station, Sligo Town, Co. Sligo schools.sligo@buseireann.ie Ms. Catriona DeWard, School Transport Office, Bus 074- Éireann, Stranorlar, Co. Donegal schools.stranorlar@buseireann.ie

OPW HANDBOOK FOR THE CONSULTANTS DIRECT INVITATION LISTS (CDIL)

OPW HANDBOOK FOR THE CONSULTANTS DIRECT INVITATION LISTS (CDIL) OPW HANDBOOK FOR THE CONSULTANTS DIRECT INVITATION LISTS (CDIL) FOR CONSULTANCY CONTRACTS WITH AN ESTIMATED VALUE OF LESS THAN 50,000 (EXCLUSIVE OF VAT) Table of Contents 1.0 Introduction...3 1.1 CDIL

More information

Supplier prequalification Document

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

More information

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

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

More information

Tender Request For. The Provision of Time Management and Attendance System for the Office of the Regulator of the National Lottery.

Tender Request For. The Provision of Time Management and Attendance System for the Office of the Regulator of the National Lottery. Tender Request For The Provision of Time Management and Attendance System for the Office of the Regulator of the National Lottery. Important Notice Completed tenders must be received no later than 5 p.m.

More information

APPLICATION PACK FOR CONTRACTORS APPLYING FOR A FIRST LICENCE

APPLICATION PACK FOR CONTRACTORS APPLYING FOR A FIRST LICENCE APPLICATION PACK FOR CONTRACTORS APPLYING FOR A FIRST LICENCE (Contains Guidelines for Contractors applying for a First Licence and includes Application Form and Garda Vetting Form) April 2015 PSA 45-N-2015

More information

SECTION 6: RFQ Process, Terms and Conditions

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

More information

Standard conditions of purchase

Standard conditions of purchase Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out

More information

Contents. Part 1: Introduction. Part 2: Instructions to Tenderers. Part 3: Qualification and Award Criteria

Contents. Part 1: Introduction. Part 2: Instructions to Tenderers. Part 3: Qualification and Award Criteria Request for Tenders for the Provision of Assisting The Health Insurance Authority in Preparing a Consumer Information Campaign in Respect of Lifetime Community Rating 02 October 2014 Contents Part 1: Introduction

More information

UBS Electronic Trading Agreement Global Markets

UBS Electronic Trading Agreement Global Markets UBS Electronic Trading Agreement Global Markets Version: 1.1 November 2014 I. UBS ELECTRONIC TRADING AGREEMENT 1.1 UBS Limited ( UBSL ) provides an electronic trading service, which enables certain clients

More information

THE NATIONAL LOTTERY COMMISSION AND [INSERT BIDDER'S NAME] BID PROCESS AGREEMENT. National Lottery Commission 101 Wigmore Street London W1U 1QU

THE NATIONAL LOTTERY COMMISSION AND [INSERT BIDDER'S NAME] BID PROCESS AGREEMENT. National Lottery Commission 101 Wigmore Street London W1U 1QU 2006 THE NATIONAL LOTTERY COMMISSION AND [INSERT BIDDER'S NAME] BID PROCESS AGREEMENT National Lottery Commission 101 Wigmore Street London W1U 1QU AGREEMENT BETWEEN (1) [Insert bidder's name] a company

More information

NATIONAL WASTE COLLECTION PERMIT OFFICE

NATIONAL WASTE COLLECTION PERMIT OFFICE OFFALY COUNTY COUNCIL AS THE NATIONAL WASTE COLLECTION PERMIT OFFICE NEW Waste Collection Permit Application Form & Waste Collection Permit REVIEW Application Form Applicant Name: Telephone Number: Postal

More information

Tender Request For. The Provision of Website Design and Maintenance for the Office of the Regulator of the National Lottery.

Tender Request For. The Provision of Website Design and Maintenance for the Office of the Regulator of the National Lottery. Tender Request For The Provision of Website Design and Maintenance for the Office of the Regulator of the National Lottery. Important Notice Completed tenders must be received no later than 5 p.m. 25 on

More information

Tender for. Provision of Risk Management Services for the Eyre Peninsula Local Government Association and Member Associations

Tender for. Provision of Risk Management Services for the Eyre Peninsula Local Government Association and Member Associations Tender for Provision of Risk Management Services for the Eyre Peninsula Local Government Association and Member Associations Select request for tenders Table of Contents Page No 1. Structure of this RFT...

More information

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

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

More information

IT72 Tax treatment of shares acquired by employees and directors under Unapproved Share Option Schemes

IT72 Tax treatment of shares acquired by employees and directors under Unapproved Share Option Schemes IT72 Tax treatment of shares acquired by employees and directors under Unapproved Share Option Schemes RPC004963_EN_WB_L_1 1. Introduction 1.1 Overview This Explanatory Leaflet is aimed at the individual

More information

Taxation of Illness and Occupational Injury Benefits

Taxation of Illness and Occupational Injury Benefits IT 22 Taxation of Illness and Occupational Injury Benefits ver 13.03 RPC003028_EN_WB_L_1 Introduction Illness Benefit (formerly known as Disability Benefit) and Occupational Injury Benefit paid by the

More information

(1) CONTRACTOR (the Contractor ) and (2) BUS ÉIREANN - IRISH BUS ( BE ) CONTRACT FOR SCHOOL TRANSPORT SERVICES FIVE YEAR

(1) CONTRACTOR (the Contractor ) and (2) BUS ÉIREANN - IRISH BUS ( BE ) CONTRACT FOR SCHOOL TRANSPORT SERVICES FIVE YEAR (1) CONTRACTOR (the Contractor ) and (2) BUS ÉIREANN - IRISH BUS ( BE ) CONTRACT FOR SCHOOL TRANSPORT SERVICES FIVE YEAR Córas Iompair Éireann Solicitor s Office Bridgewater House Islandbridge Dublin 8.

More information

VET (WA) Ministerial Corporation Purchase of Training Services Process Terms and Conditions

VET (WA) Ministerial Corporation Purchase of Training Services Process Terms and Conditions VET (WA) Ministerial Corporation Purchase of Training Services Process Terms and Conditions NOVEMBER 2013 EDITION TABLE OF CONTENTS 2. RESPONDENT S PARTICIPATION IN THE PROCUREMENT PROCESS 7 3. GENERAL...

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

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

More information

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise

More information

Liverpool City Region Local Enterprise Partnership Request for Written Quotation. for. Mobile telephone contract. July 2015

Liverpool City Region Local Enterprise Partnership Request for Written Quotation. for. Mobile telephone contract. July 2015 Liverpool City Region Local Enterprise Partnership Request for Written Quotation for Mobile telephone contract July 2015 Contents Section 1. INTRODUCTION Background and summary/overview of requirements

More information

ELECTRONIC TRADING FACILITIES SUPPLEMENTAL TERMS AND CONDITIONS OF TRADING

ELECTRONIC TRADING FACILITIES SUPPLEMENTAL TERMS AND CONDITIONS OF TRADING ELECTRONIC TRADING FACILITIES SUPPLEMENTAL TERMS AND CONDITIONS OF TRADING This Supplemental Terms and Conditions of Trading is supplemental to and forms part of the terms and conditions set out in the

More information

CONSTITUTION PART 4 CONTRACT PROCEDURE RULES

CONSTITUTION PART 4 CONTRACT PROCEDURE RULES CONSTITUTION PART 4 CONTRACT PROCEDURE RULES (last revised January 2016) A Brief Guide to the Contract Procedure Rules These Contract Procedure Rules promote good purchasing practice, public accountability

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

More information

Vocational Education and Training (VET) Pre-qualified Supplier (PQS) Agreement

Vocational Education and Training (VET) Pre-qualified Supplier (PQS) Agreement Vocational Education and Training (VET) Pre-qualified Supplier (PQS) Agreement between STATE OF QUEENSLAND through the Department of Education and Training and [Supplier to Insert Legal Name] TABLE OF

More information

For inclusion in the shortlist to be invited to tender for the provision of Manned Security Services to S4C. Date of publication: 9 December 2013

For inclusion in the shortlist to be invited to tender for the provision of Manned Security Services to S4C. Date of publication: 9 December 2013 Pre-Qualification Questionnaire For inclusion in the shortlist to be invited to tender for the provision of Manned Security Services to S4C Date of publication: 9 December 2013 Deadline for further questions:

More information

Employed Person Taking Care of an Incapacitated Individual

Employed Person Taking Care of an Incapacitated Individual IT 47 Employed Person Taking Care of an Incapacitated Individual ver 11.09 RPC001537_EN_WB_L_2 Who can claim? You, your spouse or civil partner may claim tax relief in respect of the cost of employing

More information

Tax Relief for Donations to Certain Sports Bodies

Tax Relief for Donations to Certain Sports Bodies Tax Relief for Donations to Certain Sports Bodies Introduction Section 41 of the Finance Act 2002 inserts a new section 847A into the Taxes Consolidation Act 1997 to provide for a scheme of tax relief

More information

Prequalification Document for Procurement of Works

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

More information

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>> REQUEST FOR QUOTE RFQ Reference Number: RFQ Date of Issue: Name of Business Unit: Address: Contact Person: Telephone: Email:

More information

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

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

More information

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

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

More information

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office BUILDING MAINTENANCE Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office August 2015 Instructions to Tenderers 1. The contract conditions

More information

The Centre for Process Innovation Life Assurance Cover

The Centre for Process Innovation Life Assurance Cover Tender Documents: 350 The Centre for Process Innovation Life Assurance Cover Issued on 08th July 2013 Page 1 of 16 Contents 1. INVITATION TO TENDER 2. INSTRUCTIONS TO TENDERERS 3. TENDER SPECIFICATION

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions "Avanade" means Avanade Asia Pte Ltd (Company Registration No.: 20005969E), a company incorporated in Singapore, having its offices at 238A Thomson Road, #25-01 Novena

More information

Eskom Holdings SOC Ltd s Standard Conditions of Tender

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

More information

Annex A: Pre-Qualification Questionnaire Core Questions

Annex A: Pre-Qualification Questionnaire Core Questions Annex A: Pre-Qualification Questionnaire Core Questions This Pre-Qualification Questionnaire ( PQQ ) has been issued by the Authority in connection with a competitive procurement conducted under the Public

More information

General Terms and Conditions. Specific Conditions. Fixed Rate, Fixed Term State Savings Products

General Terms and Conditions. Specific Conditions. Fixed Rate, Fixed Term State Savings Products General Terms and Conditions and the Specific Conditions for the Rate, Term State Savings Products Issued on Sunday Terms and Conditions Rate, Term Products Index Page Definitions 4 General Terms & Conditions

More information

AGREEMENT WITH A SELF-EMPLOYED CONTRACTOR FOR CONSULTANCY SERVICES

AGREEMENT WITH A SELF-EMPLOYED CONTRACTOR FOR CONSULTANCY SERVICES AGREEMENT WITH A SELF-EMPLOYED CONTRACTOR FOR CONSULTANCY SERVICES Names of Parties 1. (Company Name) of (Company Address) ( Consultancy ). 2. Redline Group Ltd of 26-34 Liverpool Road, Luton. Beds LU1

More information

PROCEDURE FS 1 PROCUREMENT POLICY

PROCEDURE FS 1 PROCUREMENT POLICY PROCEDURE FS 1 PROCUREMENT POLICY CONTENTS Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Section 8 Section 9 Section 10 Section 11 Section 12 Section 13 Appendix A Appendix B Appendix

More information

28 April 2006 DATA ROOM RULES AND PROCEDURES

28 April 2006 DATA ROOM RULES AND PROCEDURES 28 April 2006 DATA ROOM RULES AND PROCEDURES VIRTUAL DATA ROOM RULES INTERPRETATION Words and expressions used in this Document shall have the meanings set out in Appendix A. THE RULES 1. GENERAL 1.1 The

More information

Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... NIC No:...Nationality:...

Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... NIC No:...Nationality:... Business Credit Card Application Form (Nominee) Nominee Details Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... Embossing name on card (in block letters

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

TO BOARDS OF MANAGEMENT, PRINCIPAL TEACHERS AND TEACHING STAFF IN PRIMARY SCHOOLS

TO BOARDS OF MANAGEMENT, PRINCIPAL TEACHERS AND TEACHING STAFF IN PRIMARY SCHOOLS Circular 0057/2013 TO BOARDS OF MANAGEMENT, PRINCIPAL TEACHERS AND TEACHING STAFF IN PRIMARY SCHOOLS Panel access for fixed-term/temporary (this includes substitute) and part-time teachers to the Supplementary

More information

If you are in full agreement with the document, kindly return the signature page at the end of the documents

If you are in full agreement with the document, kindly return the signature page at the end of the documents Introducing Broker Agreement If you are in full agreement with the document, kindly return the signature page at the end of the documents Brokersclub Limited is a limited liability company registered in

More information

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT CONDITIONS OF TENDER TENDER NO : XXX TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT EVALUATION CRITERIA 1. Unless otherwise allowed by the Ministry

More information

Parking Management Services Phase 1 - Invitation to Express Interest

Parking Management Services Phase 1 - Invitation to Express Interest Parking Management Services Phase 1 - Invitation to Express Interest 1. Introduction... 3 2. The Selection Process... 3 3. Submissions of Expression of Interest... 4 4. Required Information and Documentation...

More information

PERSONAL ALERT SYSTEMS REBATE SCHEME PROVIDER PANER DEED

PERSONAL ALERT SYSTEMS REBATE SCHEME PROVIDER PANER DEED DATED DAY OF 2015 PERSONAL ALERT SYSTEMS REBATE SCHEME PROVIDER PANER DEED between MINISTER FOR COMMUNITIES AND SOCIAL INCLUSION - and - [INSERT PARTY NAME] ACN [INSERT] Page 1 of 1 TABLE OF CONTENTS BACKGROUND...

More information

Firm Registration Form

Firm Registration Form Firm Registration Form Firm Registration Form This registration form should be completed by firms who are authorised and regulated by the Financial Conduct Authority. All sections of this form are mandatory.

More information

Master Agreement for the Supply of Services - Limited Company

Master Agreement for the Supply of Services - Limited Company Master Agreement for the Supply of Services - Limited Company TERMS AND CONDITIONS DEFINITIONS "The Agent" "The Supplier" "The Contractor" "The End-User" "The Services" Work-Seeker Legislation Fees max20

More information

Lump Sum Payments (Redundancy or Retirement)

Lump Sum Payments (Redundancy or Retirement) IT 21 Lump Sum Payments (Redundancy or Retirement) Ver. 14.07 RPC005008_EN_WB_L_1 Introduction In general, all payments made by employers to employees and directors are regarded as Pay for tax purposes

More information

Childminding Ireland. Employing a Nanny. A Tax Guide for Parents

Childminding Ireland. Employing a Nanny. A Tax Guide for Parents Childminding Ireland Employing a Nanny A Tax Guide for Parents 2012 Domestic Employments: An individual who makes payments to an employee in a domestic employment need not register as an employer where:

More information

Clause 1. Definitions and Interpretation

Clause 1. Definitions and Interpretation [Standard data protection [agreement/clauses] for the transfer of Personal Data from the University of Edinburgh (as Data Controller) to a Data Processor within the European Economic Area ] In this Agreement:-

More information

Home Renovation Incentive scheme (HRI) Guide for Homeowners. Relevant to qualifying works carried out and paid for before April 2014

Home Renovation Incentive scheme (HRI) Guide for Homeowners. Relevant to qualifying works carried out and paid for before April 2014 Home Renovation Incentive scheme (HRI) Guide for Homeowners Relevant to qualifying works carried out and paid for before April 2014 December 2013 Contents 1. What is the Home Renovation Incentive (HRI)

More information

THIRD SUPPLEMENT TO THE GIBRALTAR GAZETTE No. 4,167 of 7th May, 2015

THIRD SUPPLEMENT TO THE GIBRALTAR GAZETTE No. 4,167 of 7th May, 2015 THIRD SUPPLEMENT TO THE GIBRALTAR GAZETTE No. 4,167 of 7th May, 2015 B. 13/15 Clause PRIVATE TRUST COMPANIES BILL 2015 1. Short title and commencement. 2. Interpretation. 3. Registration of Private Trust

More information

TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE

TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE Welcome to the Textura Construction Payment Management ( CPM ) System. By clicking

More information

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]

More information

Department of the Taoiseach

Department of the Taoiseach Department of the Taoiseach REQUEST FOR TENDER FOR WINDOWS SUPPORT August 2005 Date of issue: 5 August 2005 Date for submission: 26 August 2005 Section I Invitation to Tender 1. The Department of the Taoiseach

More information

WASTE COLLECTION PERMIT APPLICATION FORM

WASTE COLLECTION PERMIT APPLICATION FORM Version 3.1 WASTE COLLECTION PERMIT APPLICATION FORM Guidance Notes & Application Form For Both New & Review Waste Collection Permit Applications Applicant Name: Telephone Number: Postal Address: FORM

More information

INVITATION TO TENDER DOCUMENTATION. FOR A xxxxxxxxxxxxxx. TENDER REF: xxxxxxx OJEU REF: xxxxxxx (if applicable) VOLUME 1

INVITATION TO TENDER DOCUMENTATION. FOR A xxxxxxxxxxxxxx. TENDER REF: xxxxxxx OJEU REF: xxxxxxx (if applicable) VOLUME 1 INVITATION TO TENDER DOCUMENTATION FOR A xxxxxxxxxxxxxx TENDER REF: xxxxxxx OJEU REF: xxxxxxx (if applicable) VOLUME 1 PROCESS OVERVIEW AND GUIDANCE TO BIDDERS Date: xxxx Rotherham Primary Care Trust Oak

More information

Invitation to Express Interest CABLE BRIDGES STADIUMS

Invitation to Express Interest CABLE BRIDGES STADIUMS Invitation to Express Interest CABLE BRIDGES STADIUMS 1. Introduction... 3 2. The Selection Process... 4 3. Submissions of Expression of Interest... 5 4. Required Information and Documentation... 6 5.

More information

QUOTATION AND TENDER PROCESS

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

More information

REQUEST FOR QUOTATION/ PURCHASE ORDER

REQUEST FOR QUOTATION/ PURCHASE ORDER REQUEST FOR QUOTATION/ PURCHASE ORDER Conditions of Contract- Services These Conditions may be varied only by the written agreement of the Council. No terms or conditions put forward at any time by the

More information

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

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

More information

Anglo American Procurement Solutions Site

Anglo American Procurement Solutions Site Anglo American Procurement Solutions Site Event Terms and Conditions Anglo American Procurement Solutions Site Event Terms and Conditions Event Terms and Conditions 3 1. Defined terms 3 2. Interpretation

More information

TERMS AND CONDITIONS FOR THE USE OF SINGAPORE POWER SUPPLIER RELATIONSHIP MANAGEMENT SYSTEM (SPSRM)

TERMS AND CONDITIONS FOR THE USE OF SINGAPORE POWER SUPPLIER RELATIONSHIP MANAGEMENT SYSTEM (SPSRM) SINGAPORE POWER SUPPLIER RELATIONSHIP MANAGEMENT SYSTEM (SPSRM) Contents 1 Definitions... 3 2 Singapore Power Supplier Relationship Management System (SPSRM)... 5 3 Security, Access and Use of SPSRM...

More information

DEED OF PRIORITIES. regulating priorities between two Debentures, to be used with factors/invoice discounters

DEED OF PRIORITIES. regulating priorities between two Debentures, to be used with factors/invoice discounters When this form has been completed and signed by the Customer and the Alternate Lender, send it to the Customer s Relationship Manager together with the completed Authority to contact form DEED OF PRIORITIES

More information

IT 27. Tax Relief for Service Charges. ver 15.09 RPC006035_EN_WB_L_2

IT 27. Tax Relief for Service Charges. ver 15.09 RPC006035_EN_WB_L_2 IT 27 Tax Relief for Service Charges ver 15.09 RPC006035_EN_WB_L_2 myaccount is a single access point for all Revenue s secure services (except ROS) and is the quickest and easiest way to manage your tax

More information

BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG Employment and Social Legislation, Social Dialogue Labour Law BUDGET HEADING 04.03.03.03 INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES

More information

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business.

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business. JRI S STANDARD TERMS OF PURCHASE 1. INTERPRETATION 1.1 Definitions. In these Conditions, the following definitions apply: Business Day: a day (other than a Saturday, Sunday or public holiday) when banks

More information

MOTOR INSURER S BUREAU OF IRELAND

MOTOR INSURER S BUREAU OF IRELAND MOTOR INSURER S BUREAU OF IRELAND COMPENSATION OF UNINSURED ROAD ACCIDENT VICTIMS Agreement dated 29th January 2009 between the Minister for Transport and the Motor Insurers Bureau of Ireland (MIBI) AGREEMENT

More information

REQUEST FOR EXPRESSIONS OF INTEREST

REQUEST FOR EXPRESSIONS OF INTEREST REQUEST FOR EXPRESSIONS OF INTEREST RISK ASSESSMENT SOFTWARE & CONSULTANCY SERVICES EYRE PENINSULA LOCAL GOVERNMENT ASSOCIATION (referred to as "EPLGA" or the "Association") ABN 90 992 364 300 TABLE OF

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

Motor Accident Report Form

Motor Accident Report Form Motor Accident Report Form THIS FORM MUST BE COMPLETED BY THE POLICYHOLDER AND/OR THE AUTHORISED DRIVER PLEASE HELP US TO HELP YOU BY: MAKING SURE THE INFORMATION YOU GIVE IS AS TRUTHFUL AND ACCURATE AS

More information

Senior Executive Employment Contract

Senior Executive Employment Contract Senior Executive Employment Contract [Company Name] [Employee Name] Drafted by Solicitors Contents Clause 1. Interpretation... 1 2. Term of appointment... 2 3. Employee warranties... 2 4. Duties... 3 5.

More information

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01 The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, On L9V 0G8 REQUEST FOR QUOTATION FOR GOODS AND SERVICES RFQ-2016-01 SCREENING, HAULING, MIXING & STACKING WINTER SAND QUOTATIONS

More information

PROVISION OF LEGAL SERVICES

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

More information

THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE

THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE WHEREAS The Sustainable Energy Authority of Ireland (hereinafter called SEAI ) of Wilton Park House, Wilton Place,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

The Open Group Certified IT Specialist (Open CITS) Program: Accreditation Agreement. May 2011 Revision 1.5. 2007-2011 The Open Group

The Open Group Certified IT Specialist (Open CITS) Program: Accreditation Agreement. May 2011 Revision 1.5. 2007-2011 The Open Group The Open Group Certified IT Specialist (Open CITS) Program: Accreditation Agreement May 2011 Revision 1.5 2007-2011 The Open Group This Accreditation Agreement ("Agreement") is made and entered into by

More information

Invitation of expressions of interest for the provision of insurance cover

Invitation of expressions of interest for the provision of insurance cover Invitation of expressions of interest for the provision of insurance cover 1. Context and Overview 1.1. The Authority The Irish Auditing and Accounting Supervisory Authority ( IAASA ) is the independent

More information

A GUIDE TO ROAD HAULAGE OPERATOR LICENSING

A GUIDE TO ROAD HAULAGE OPERATOR LICENSING Licence Applications are to be returned to: Road Transport Operator Licensing Unit Department of Transport, Tourism and Sport Clonfert House, Bride Street, Loughrea, Co. Galway A GUIDE TO ROAD HAULAGE

More information

ANGUS COUNCIL SUPPLEMENTARY CONDITIONS OF CONTRACT. SC 01 - Contract Performance Guarantee Insurance

ANGUS COUNCIL SUPPLEMENTARY CONDITIONS OF CONTRACT. SC 01 - Contract Performance Guarantee Insurance SC 01 - Contract Performance Guarantee Insurance For contracts equal to or exceeding 750,000 in value the Contractor shall, within 28 days of the date of the award of the Contract, obtain and provide to

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

INSTRUCTIONS TO BIDDERS

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

More information

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY

More information

EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER

EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER Close of Tenders Tenders close at Time AEST on Date Month Year Invitation to Tender Contract No: XXXX Name of Procurement Tenders are invited from suitably qualified

More information

DASHBOARD CONFIGURATION SOFTWARE

DASHBOARD CONFIGURATION SOFTWARE DASHBOARD CONFIGURATION SOFTWARE RECITALS: The Contractor has designed and a web site for Client, and has agreed to maintain the said web site upon the terms and conditions hereinafter contained.] NOW

More information

USER AGREEMENT FOR: ELECTRONIC DEALINGS THROUGH THE CUSTOMS CONNECT FACILITY

USER AGREEMENT FOR: ELECTRONIC DEALINGS THROUGH THE CUSTOMS CONNECT FACILITY USER AGREEMENT FOR: ELECTRONIC DEALINGS THROUGH THE CUSTOMS CONNECT FACILITY CONDITIONS OF USE FOR ELECTRONIC DEALINGS THROUGH THE CUSTOMS CONNECT FACILITY Between: the Commonwealth of Australia, acting

More information

South Liverpool Homes. Invitation to Tender. Mobile Phone Contract

South Liverpool Homes. Invitation to Tender. Mobile Phone Contract South Liverpool Homes Invitation to Tender Mobile Phone Contract Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4

More information

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

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

More information

Maybank Kim Eng Securities Pte Ltd Terms and Conditions

Maybank Kim Eng Securities Pte Ltd Terms and Conditions Maybank Kim Eng Securities Pte Ltd Terms and Conditions for Financial Advisory Services Telephone Email Website : (65) 6432 1888 (Singapore and Overseas) : helpdesk@maybank-ke.com.sg : www.maybank-ke.com.sg

More information

BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS

BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS 1. DEFINITIONS AND INTERPRETATION 1.1 In these General Terms, the following terms shall have the following meaning: BP Affiliate shall mean the BP entity stated

More information

FOUNDATION TRUST. 5 - European Communities, with participation by GPA countries

FOUNDATION TRUST. 5 - European Communities, with participation by GPA countries Title of Document: Awarding Authority: UK-London: software supply services SOUTH LONDON AND MAUDSLEY NHS FOUNDATION TRUST Publication Date: 25/09/2009 Number of Document: 266697 Official Journal No.: 185/2009

More information

AGREEMENT FOR THE PURCHASE OF SERVICES

AGREEMENT FOR THE PURCHASE OF SERVICES DATED ------------ AGREEMENT FOR THE PURCHASE OF SERVICES between KELWAY (UK) LIMITED and [PARTY 2] CONTENTS CLAUSE 1. Interpretation... 1 2. Application of Conditions... 2 3. Supplier's responsibilities...

More information

Invitation to Quote (ITQ) for STREET WORKS IT SOLUTION

Invitation to Quote (ITQ) for STREET WORKS IT SOLUTION Easthampstead House, Town Square, Bracknell, Berkshire RG12 1AQ Tel: (01344) 352000 Invitation to Quote (ITQ) for STREET WORKS IT SOLUTION xxx COMPLETED BY ORGANISATION [Supplier to complete] NAME DATE

More information

APPLICATION FOR BUSINESS CREDIT

APPLICATION FOR BUSINESS CREDIT _. Return Completed Application to: Pike Industries, Inc. 3 Eastgate Park Road Belmont, NH 03220 Phone: 603.527.5100 Fax: 603.527.5101 APPLICATION FOR BUSINESS CREDIT Date: Pike Salesman s Name: NOTE:

More information