EAST AFRICAN COMMUNITY LAKE VICTORIA BASIN COMMISSION
|
|
|
- Dustin Montgomery
- 10 years ago
- Views:
Transcription
1 EAST AFRICAN COMMUNITY LAKE VICTORIA BASIN COMMISSION P.O. Box KISUMU, KENYA Tel: /73 Fax: Our Ref: LVBC/SVCS/15-16/02 Date: 15 th May 2015 INVITATION TO TENDER FOR PROVISION OF GROUP LIFE INSURANCE SERVICES FOR LAKE VICTORIA BASIN COMMISSION STAFF FOR FY 2015/16 Lake Victoria Basin Commission (LVBC) is a specialized Institution of East African Community that is responsible for coordinating the sustainable development agenda of the Lake Victoria Basin. The establishment of the Commission is provided for under Article114 of the Treaty for Establishment of the East African Community (1999). The Commission wishes to invite tenders from Underwriters to provide Group Life Insurance services as indicated in the tender document for the Financial Year 2015/16 and renewable once upon satisfactory performance. TENDER CONDITIONS: 1. Tenderers will provide the following information: Company name, Contact person, Telephone, Mobile Number, and , Physical and Postal address, Current Trading License, Certificate of Registration/Incorporation, Tax Identification Number (TIN) and Tax Certificate. Also, Bank details must be included; Company Account Name, Account Number, Name of bank, and any other relevant information. 2. Tenders shall be quoted in United States Dollars (USD) and tenders should clearly indicate the VAT where applicable. The prices quoted will remain fixed throughout the contract period. (i.e One (1) Year and renewable once on satisfactory performance) 3. The Commission will not pay or reimburse any expense incurred by any entity intending to bid in response to this tender. 4. The bid should be valid for a minimum of ninety (90) days effective from the closing date of bid submission unless otherwise specified. 5. Any request for clarification must be received by the Commission in writing at least Five (5) days before the deadline for submission of tenders. 1
2 6. Authorisation letters from manufacturers should be produced for service providers that are representing manufacturer of specific products. N/A 7. The closing date is Monday, 15 th June 2015 at a.m, local time followed by public opening for bidders or representatives who choose to attend. 8. Please note, the Commission is not bound to accept the lowest or any other bid and any canvassing will be used as grounds for disqualification. 9. Only bidders from the East African Community Partner States are eligible to bid. 10. Up to the point of signature, the LVBC may either abandon the procurement or cancel the award procedure, without the candidates or Tenderers being entitled to claim any compensation. This decision must be substantiated and the candidates or Tenderers notified. 11. Bidders are requested to submit two (2) copies plus the original of their bids. Bidders are requested to seal separately the financial proposal and the Technical proposal. 12. Sealed bids must be accompanied with evidence of payment of a nonrefundable fee of USD 50 payable in Banker s Cheque drawn from banks within East Africa to the Lake Victoria Basin Commission or Cash payment Receipt; (cash payments should be made to the Accountant) and be submitted into the LVBC Tender box on first floor addressed to: Bids clearly marked TENDER FOR PROVISION OF GROUP LIFE INSURANCE SERVICES FOR LVBC STAFF - LVBC/SVCS/15-16/02 should be delivered to the LVBC Tender Box addressed to: The Executive Secretary East African Community Lake Victoria Basin Commission Re-Insurance Plaza, Oginga Odinga Street P. O. Box Kisumu, KENYA Telephone Number: /73 OR Fax Number: Telegraphic, Fax, or any other form of electronic submissions will not be accepted. Interested eligible bidders may obtain further information from the East African Commission on the address given above from 8.30am to 4.00 pm during working days/hours or through [email protected] and [email protected]. Any changes or modifications will be communicated on the LVBC and EAC Websites: and The website will be updated regularly and it is the Tenderers' responsibility to check for updates and modifications during the tendering period. 2
3 TABLE OF CONTENTS A. INSTRUCTIONS TO TENDERERS PARTICIPATION FALSE DECLARATIONS ORIGIN 5 5. TYPE OF CONTRACT... 5 TENDER FOR PROVISION OF GROUP LIFE INSURANCE SERVICES CURRENCY 5 7. LOTS 5 8. PERIOD OF VALIDITY LANGUAGE PRESENTATION OF TENDERS CONTENT OF TENDERS PRICING ADDITIONAL INFORMATION BEFORE AND AFTER THE DEADLINE FOR SUBMISSION OF TENDERS CLARIFICATION MEETING / SITE VISIT ALTERATION OR WITHDRAWAL OF TENDERS COSTS OF PREPARING TENDERS OWNERSHIP OF TENDERS JOINT VENTURE OR CONSORTIUM OPENING OF TENDERS EVALUATION OF TENDERS DETAILED EVALUATION SIGNATURE OF THE CONTRACT ETHICS CLAUSES CANCELLATION OF THE TENDER PROCEDURE B. DRAFT CONTRACT AND SPECIAL CONDITIONS, INCLUDING ANNEXES DRAFT CONTRACT SPECIAL CONDITIONS ANNEX I: TERMS OF REFERENCE AND BID DATA SHEET ADMINISTRATIVE COMPLIANCE GRID ADMINISTRATIVE COMPLIANCE GRID... ERROR! BOOKMARK NOT DEFINED. TENDER FORM FOR A SUPPLY CONTRACT
4 A. INSTRUCTIONS TO TENDERERS In submitting a tender, the tenderer accepts in full and without restriction the special and general conditions governing this contract as the sole basis of this tendering procedure, whatever his own conditions of sale may be, which he hereby waives. Tenderers are expected to examine carefully and comply with all instructions, forms, contract provisions and specifications contained in this tender dossier. Failure to submit a tender containing all the required information and documentation within the deadline specified will lead to the rejection of the tender. No account can be taken of any reservation in the tender as regards the tender dossier; any reservation will result in the immediate rejection of the tender without further evaluation. A glossary of the terms used here is included in Part C of this tender dossier. The subject of the contract is the delivery by the Contractor of the following items: ITEM 1: Provision of Group Life Insurance Services 1.1. The services must comply fully with the specifications set out in the tender dossier and conform in all respects with the instructions Tenderers are not authorised to tender for a variant in addition to the present tender. 2. Participation 2.1. Participation in tendering is open on equal terms to: Companies or firms or public or semi-public agencies of the EAC Partner States; Cooperative societies and other legal persons governed by public or private law, of the Member States; Joint ventures or groupings of companies or firms of EAC Partner States 2.2. These conditions apply to all nationals of the said states and to all legal entities, companies or partnerships constituted under, and governed by, the civil, commercial or public law of such states and having their statutory office, central administration or principal place of business there. A legal entity, company or partnership having only its statutory office there must be engaged in an activity which has an effective and continuous link with the economy of the state concerned. Tenderers must provide evidence of their status These rules apply to: a) Tenderers b) Members of a consortium c) Any subcontractors 4
5 3. False Declarations 3.1 Tenderers or candidates found guilty of making false declarations are also liable to financial penalties representing 10% of the total value of the contract being awarded. That rate may be increased to 20% in the event of a repeat offence within five years of the first infringement. 3.2 To be eligible for participation in this tender procedure, tenderers must prove to the satisfaction of the Commission that they comply with the necessary legal, technical and financial requirements and have the wherewithal to carry out the contract effectively. 4. Origin 4.1 Save where otherwise provided in the Special Conditions, all service providers must be operational in any of the EAC Partner States. 5. Type of contract Provision of Group Life Insurance Services. 6. Currency 6.1. Tenders must be presented in USD Dollars N/A 7. Lots 8. Period of validity 8.1. Tenderers shall be bound by their tenders for a minimum of 90 days from the deadline for the submission of tenders Tenderers that agree to do so will not be permitted to modify their tenders. If they refuse, their participation in the tender procedure will be terminated The successful tenderer will be bound by his tender for a further period of 60 days following receipt of the notification that he has been selected. 9. Language 9.1 The tender and all correspondence and documents related to the tender exchanged by the tenderer and the Commission must be written in the language of the procedure. 9.2 Supporting documents and printed literature furnished by the tenderer may be in another language provided they are accompanied by an accurate translation into the language of the procedure. For the purposes of interpretation of the tender, the language of the procedure will prevail. 10. Presentation of tenders 10.1 The original Tender document shall be prepared in indelible ink. It shall contain no interlineations or overwriting except as necessary to correct errors made by the Tenderer. Any such corrections must be initialled by the person or persons who sign(s) the Tender Document. 5
6 10.2 An authorised representative of the Tenderer should initial all pages of the tender document The Tender should be prepared and submitted in ONE Original and TWO copies in a plain sealed envelope marked; 10.4 Tenders must be received before the deadline specified in the letter of invitation to tender. They must include the Tender submission form in part D of this tender dossier and be sent to the following address: The Executive Secretary East African Community Lake Victoria Basin Commission Re-Insurance Plaza, Oginga Odinga Street P. O. Box Kisumu, KENYA Tenders must comply with the following conditions: All tenders must be submitted in one original, marked original, and two copies signed in the same way as the original and marked copy. 10.2The inner envelope must also contain two sealed envelopes, one containing the technical tender and the other the financial tender. Each of these envelopes must clearly indicate the content ("Technical" and "Financial"). 10.3All tenders must be received at the Lake Victoria Basin Commission offices, Re- Insurance Plaza, Kisumu-Kenya before the deadline date and time, by courier, registered letter or hand-delivered 10.4 Bids, including annexes and any accompanying documents, must be placed in sealed envelopes within a package or outer envelope bearing: a) The above address; b) Where applicable, the number of the Lot(s) tendered for; c) The words Not to be opened before the tender opening session in the language of the tender dossier 11. Content of tenders All tenders submitted must comply with the requirements in the tender dossier and comprise: 12. Pricing A bid consisting of: a) A detailed description of the services tendered in conformity with the specifications, including any documentation required. b) A statement by the tenderer attesting the origin of the services tendered (or other proof of origin) 12.1Tenderers will be deemed to have satisfied themselves, before submitting their tender(s), as to (its)(their) correctness and completeness, to have taken 6
7 account of all that is required for the full and proper performance of the contract and to have included all costs in their rates and prices. 12.2Depending on whether the services proposed are manufactured locally or are to be imported into the country of the contracting authority, tenderers must quote, by Lot, (and overall) prices for their tenders The prices for the contract are fixed and not subject to revision. 13. Additional information before and after the deadline for submission of tenders 13.1 This tender dossier should be clear enough to preclude the need for candidates invited to tender to request additional information during the procedure. If the contracting authority, either on its own initiative or in response to the request of a prospective tenderer, provides additional information on the tender dossier, it must send such information in writing to all other prospective tenderers at the same time. Such information will be posted into the LVBC and EAC Websites. Any additional information including that referred to above will be communicated simultaneously to all Tenderers on the LVBC and EAC Websites under the link Tenders. The website will be updated regularly and it is the Tenderers' responsibility to check for updates and modifications during the tendering period. Before the final date for submission of tenders: *At the request of the Tenderer, the Commission may provide additional information solely for the purpose of clarifying the nature of the contract. * Any requests for additional information must be made in writing only to the Secretary Procurement Committee. Requests for additional information received less than five working days before the final date for submission of tenders will not be processed. * The Commission may, on its own initiative, inform interested parties of any error, inaccuracy, omission or any other clerical error in the text of the call for tenders. Tenderers may submit requests for clarifications in writing to the following address up to 5 working days before the deadline for submission of tenders, specifying the publication reference and the contract title: The Secretary, Procurement Committee East African Community Lake Victoria Basin Commission Re-Insurance Plaza, Oginga Odinga Street P. O. Box Kisumu, KENYA [email protected] After the opening of tenders * If clarification is required or if obvious clerical errors in the tender need to be corrected, the contracting authority may contact the Tenderer provided the terms of the tender are not modified as a result. 7
8 13. Clarification meeting / site visit Clarification shall be addressed in writing to the Secretary, Procurement Committee, or site meeting / site visits may be arranged upon request. The Tenderer at the Tenderers own responsibility and risk, is advised to visit and examine the site on which service(s) are to be provided and obtain for itself information that may be necessary for preparing the Tender and entering into Contract for provision of service(s)/supplies. The cost of visiting the site shall be at the Tenderer s own expense 14. Alteration or withdrawal of tenders Tenderers may alter or withdraw their tenders by written notification prior to the deadline for submission of tenders. No tender may be altered after this deadline. Withdrawals shall be unconditional and shall end all participation in the tendering procedure Any notification of alteration or withdrawal shall be prepared and submitted in accordance with Article 10. The outer envelope must be marked 'Alteration' or 'Withdrawal' as appropriate No tender may be withdrawn in the interval between the deadline for submission of tenders and the expiry of the tender validity period. 15. Costs of preparing tenders No costs incurred by the tenderer in preparing and submitting the tender are reimbursable. All such costs will be borne by the tenderer. 16. Ownership of tenders The Commission retains ownership of all tenders received under this tender procedure. Consequently, tenderers have no right to have their tenders returned to them. 17. Joint venture or consortium 17.1 If a tenderer is a joint venture or consortium of two or more persons, the tender must be single with the object of securing a single contract; each person must sign the tender and shall be jointly and severally liable for the tender and any contract. Those persons shall designate one of their number to act as leader with authority to bind the joint venture or consortium. The composition of the joint venture or consortium must not be altered without the prior consent in writing of the contracting authority. 8
9 17.2 The tender may be signed by the representative of the joint venture or consortium only if he has been expressly so authorised in writing by the members of the joint venture or consortium, and the authorising contract, notarial act or deed must be submitted to the Commission within the 30 days following the award of the contract. All signatures to the authorising instrument must be certified in accordance with the national laws and regulations of each party comprising the joint venture or consortium together with the powers of attorney establishing, in writing, that the signatories to the tender are empowered to enter into commitments on behalf of the members of the joint venture or consortium. Each member of such joint venture or consortium must provide the proof. 18. Opening of tenders 18.1 The opening and examination of tenders is for the purpose of checking whether the tenders are complete, whether the documents have been properly included and whether the tenders are generally in order The tenders will be opened in public session (for those or representative who chose to attend) on Monday, 15 th June 2015 at am EA local time at Lake Victoria Basin Commission Secretariat, Re_Insurance Plaza, Kisumu, Kenya by the committee appointed for the purpose At the tender opening, the tenderers' names, the tender prices, any discount offered, written notifications of modification and withdrawal, and such other information as the Commission may consider appropriate may be announced After the public opening of the tenders, no information relating to the examination, clarification, evaluation and comparison of tenders, or recommendations concerning the award of the contract can be disclosed In the interests of transparency and equal treatment and without being able to modify their tenders, tenderers may be required, at the sole written request of the evaluation committee, to provide clarifications within 48 hours. Any such request for clarification must not seek the correction of formal errors or of major restrictions affecting execution of the contract or distorting competition Any attempt by a tenderer to influence the evaluation committee in the process of examination, clarification, evaluation and comparison of tenders, to obtain information on how the procedure is progressing or to influence the Commission in its decision concerning the award of the contract will result in the immediate rejection of his tender All tenders received after the deadline for submission specified in the procurement notice or these instructions will be kept by the Contracting Authority. No liability can be accepted for late delivery of tenders. Late tenders will be rejected and will not be evaluated. 19. Evaluation of tenders 19.1 Examination of the administrative conformity of tenders The aim at this stage is to check that tenders comply with the essential requirements of the tender dossier. A tender is deemed to comply if it satisfies all the conditions, procedures and specifications in the tender dossier without substantially departing from or attaching restrictions to them. Substantial departures or restrictions are those which would affect the scope, quality or implementation of the contract, differ widely from the terms of the tender dossier, limit the rights of the Commission or the tenderer's obligations under the contract or distort competition for tenderers whose tenders do comply. Decisions to the effect 9
10 that a tender is not technically compliant must be duly justified in the evaluation minutes. If a tender does not comply with the tender dossier, it will be rejected immediately and may not subsequently be made to comply by correcting it or withdrawing the departure or restriction. 20. Detailed evaluation 20.1 After analysing the tenders deemed to comply in administrative terms, the evaluation committee will rule on the technical compliance of each tender, classifying it as technically compliant or non-compliant To facilitate the examination, evaluation and comparison of tenders, the evaluation committee may ask each tenderer individually for clarification of his tender, including breakdowns of prices. The request for clarification and the response must be in writing only, but no change in the price or substance of the tender may be sought, offered or permitted except as required to confirm the correction of arithmetical errors discovered during the evaluation of tenders. Decisions to the effect that a tender is not technically compliant must be duly justified in the evaluation minutes Financial evaluation a) Tenders found to be technically compliant shall be checked for any arithmetical errors in computation and summation. Errors will be corrected by the evaluation committee as follows: where there is a discrepancy between amounts in figures and in words, the amount in words will prevail; except for lump-sum contracts, where there is a discrepancy between a unit price and the total amount derived from the multiplication of the unit price and the quantity, the unit price as quoted will prevail. b) Amounts corrected in this way will be binding on the tenderer. If the tenderer does not accept them, his tender will be rejected Variant solutions Tenderers must submit a tender in accordance with the requirements of the tender dossier. If the invitation to tender provides for variants to be submitted, the technical specifications and evaluation grid must specify the subject, limits and basic conditions applicable. Should the tenderer wish to submit variant technical proposals, he may do so. Only variants proposed by the tenderer submitting the lowest technically compliant tender will be considered by the contracting authority. Variant solutions must include all the details necessary for their full evaluation, including the proposed drawings, design calculations, technical specifications, price schedule and methods. Any variant solution must comprise: (a) an individual tender for the variant solution; 10
11 (b) (c) (d) (e) a demonstration of the advantages of the variant solution over the initial solution,including a quantifiable justification of any economic and/or technical advantages; the drawings and specifications provided for in the initial solution which are not affected by the variant solution; the drawings and specifications affected by the variant solution; a technical note on the design of the variant solution and, where appropriate, drawings and calculations. The rates and prices quoted in the price schedule must tally with the conditions laid down in the tender documents 20.5 Award criteria The award criteria will be as indicated on the respective services to be provided. 21. Signature of the contract 21.1 Within 15 days of receipt of the contract already signed by the Commission, the selected tenderer must sign and date the contract and return it to the Commission. On signing the contract, the successful tenderer will become the Contractor and the contract will enter into force If he fails to sign and return the contract within 30 days after receipt of notification, the Commission may consider the acceptance of the tender to be cancelled without prejudice to the Contracting Authority's right to claim compensation or pursue any other remedy in respect of such failure, and the successful tenderer will have no claim whatsoever on the Contracting Authority. 22. Ethics clauses Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful agreements with competitors or influence the committee or the Commission during the process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of its candidacy or tender and may result in administrative penalties Without the Commission s prior written authorisation, a Contractor and his staff or any other company with which the Contractor is associated or linked may not, even on an ancillary or subcontracting basis, supply other services, carry out works or supply equipment for the project. This prohibition also applies to any other projects that could, owing to the nature of the contract, give rise to a conflict of interest on the part of the Contractor When putting forward a candidacy or tender, the candidate or tenderer must declare that he is affected by no potential conflict of interest and has no particular link with other tenderers or parties involved in the project. Should such a situation arise during performance of the contract, the Contractor must immediately inform the contracting authority The Contractor must at all time act impartially and as a faithful adviser in accordance with the code of conduct of his profession. He must refrain from making public statements about the project or services without the 11
12 contracting authority's prior approval. He may not commit the Commission in any way without its prior written consent For the duration of the contract the Contractor and his staff must respect human rights and undertake not to offend the political, cultural and religious mores of the beneficiary state The Contractor may accept no payment connected with the contract other than that provided for therein. The Contractor and his staff must not exercise any activity or receive any advantage inconsistent with their obligations to the contracting authority The Contractor and his staff are obliged to maintain professional secrecy for the entire duration of the contract and after its completion. All reports and documents drawn up or received by the Contractor are confidential The contract shall govern the Contracting Parties' use of all reports and documents drawn up, received or presented by them during the execution of the contract The Contractor must refrain from any relationship likely to compromise his independence or that of his staff. If the supplier ceases to be independent, the Commission may, for any injury it suffers as a result, terminate the contract without further notice and without the supplier having any claim to compensation The Commission reserves the right to suspend or cancel project financing if corrupt practices of any kind are discovered at any stage of the award process and if the Commission fails to take all appropriate measures to remedy the situation. For the purposes of this provision, "corrupt practices" are the offer of a bribe, gift, gratuity or commission to any person as an inducement or reward for performing or refraining from any act relating to the award of a contract or implementation of a contract already concluded with the contracting authority Any tender will be rejected or contract terminated if it emerges that the award or execution of a contract has given rise to unusual commercial expenses Such unusual commercial expenses are commissions not mentioned in the main contract or not stemming from a properly concluded contract referring to the main contract, commissions not paid in return for any actual and legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is not clearly identified or commissions paid to a company which has every appearance of being a front company The Contractor must undertake to supply the Commission on request with all supporting documents relating to the conditions of the contract's execution. The Commission may carry out whatever documentary or on-thespot checks it deems necessary to find evidence in cases of suspected unusual commercial expenses Contractors found to have paid unusual commercial expenses on projects funded by the Commission are liable, depending on the seriousness of the facts observed, to have their contracts terminated or to be permanently excluded from receiving Commission funds. 23. Cancellation of the tender procedure In the event of cancellation of the tender procedure, tenderers will be notified of the cancellation by the contracting authority. If the tender procedure is cancelled before 12
13 the outer envelope of any tender has been opened, the sealed envelopes shall be returned, unopened, to the tenderers. Cancellation may occur where: the tender procedure has been unsuccessful, i.e. where no qualitatively or financially worthwhile tender has been received or there has been no response at all; the economic or technical parameters of the project have been fundamentally altered; exceptional circumstances or force majeure render normal performance of the project impossible; all technically compliant tenders exceed the financial resources available; there have been irregularities in the procedure, in particular where these have prevented fair competition. In no event shall the Commission be liable for any damages whatsoever including, without limitation, damages for loss of profits, in any way connected with the cancellation of a tender even if the Commission has been advised of the possibility of damages. The publication of a procurement notice does not commit the Commission to implement the programme or project announced. 13
14 B. DRAFT CONTRACT AND SPECIAL CONDITIONS, INCLUDING ANNEXES DRAFT CONTRACT EAST AFRICAN COMMUNITY LAKE VICTORIA BASIN COMMISSION P.O. Box KISUMU, KENYA Tel: /73 Fax: The Lake Victoria Basin Commission the one part and <Name of Contractor> (acronym) ( the Contractor ) the other part, have agreed as follows: PROVISION OF GROUP LIFE INSURANCE SERVICES FOR LVBC STAFF Article 1 Subject The subject of the contract shall be the delivery by the Contractor, of the following supplies: Provision of Group Life Insurance Services 1.2 The Contractor shall comply strictly with specifications, the terms of the Special Conditions and General Conditions. 1.4 The place of acceptance of the services shall be The Lake Victoria Basin Commission Secretariat, Kisumu, Kenya. The time limits for delivery of the services shall be daily on 24 hours basis after receiving the Contract. The contract period shall run from the date of the signature of the agreement by both Parties to 30 th June 2016 for services and will be renewable once upon satisfactory performance. Article 2 Origin All service providers must originate from the EAC Partner States. Article 3 Price 3.1 The price of the services shall be that shown on the price schedule (Annex 1). The total contract price shall be shown in USD Dollars. 3.2 The price referred to in Article 3.1 above shall be the sole remuneration owed by the Commission to the Contractor under the contract. It shall be firm and shall not be subject to revision. 3.3 Payments shall be made in accordance with the General Conditions and the Special Conditions. 14
15 Article 4 Order of precedence of contract documents The contract is made up of the following documents, in order of precedence: - the contract agreement; - the Special Conditions, including the technical annex - The Contractor's tender, including annexes. - Any other relevant document deemed relevant by the Commission - Insurance policy document The various documents making up the contract shall be deemed to be mutually explanatory; in cases of ambiguity or divergence, they should be read in the order in which they appear above. Article 5 Communications Any written communication relating to this contract between the Commission and the Contractor must state the contract title and identification number, and must be sent by post, fax, or by hand following the procedures set out in Article 4 of the Special Conditions. Done in English in two originals being for the Commission and one original being for the Contractor. For the Contractor Name: For the Commission Name: Position: Signature: Position: Signature: Date: Date: Endorsed for financing by the Executive Secretary Name: Position: Signature: Date: 15
16 SPECIAL CONDITIONS CONTENTS These conditions amplify and supplement the General Conditions where necessary. Unless the Special Conditions provide otherwise, the General Conditions referred to above remain fully applicable. The numbering of the Articles of the Special Conditions is not consecutive but follows the numbering of the Articles of the General Conditions. For convenience the General Conditions and the Special Conditions are referred to in what follows as GC and SC respectively Article 1 Law applicable...19 Article 2 Language of the contract Article 3 Contract documents Article 4 Communications Article 5 Performance guarantee Article 6 Insurance Article 7 Performance programme Article 8 Commencement order Article 9 Period of performance Article 10 Delays in performance Article 11 Inspection and testing Article 12 General payment principles Article 13 Advances Article 14 Price revision Article 15 Delivery Article 16 Warranty Article 17 Breach of contract Article 18 Termination by the Commission Article 19 Dispute settlement Article 20 Ethics clauses Article 21 Administrative and financial penalties
17 Article 1 Law applicable The law of the Republic of Kenya will be applicable to the contract Article 2 Language of the contract The language used shall be English. Article 3 Contract documents The following documents shall be deemed to form and be read and construed as part of this contract, in the following order of precedence: Article 4 - The contract agreement; - The Special Conditions, including the technical annex (Annex II: Technical specifications - The Contractor's tender, including annexes (Annex II: Technical specifications -); - The General Conditions - The contents of the tender dossier. - Insurance Policy Document Communications Any written communication relating to this Contract between the Commission and the Contractor, the Contract title reference number must be indicated and correspondence and must be sent by post, fax, or by hand to: Executive Secretary East African Community Lake Victoria Basin Commission Re-Insurance Plaza, Oginda Odinga Street PO Box Kisumu, Kenya Article 5 Performance guarantee There is no requirement to pay for performance guarantee, however, the contractor is expected to deliver services as prescribed in Special conditions of this tender and observe all ethical requirements. Article 6 Insurance The supplier will arrange and bear all costs relating to insurance of services during delivery or provision of service to the Commission. Article 7 Performance programme All services to be rendered must be of high standards. Article 8 Commencement order The Contract shall enter into force on the date of its signature by the Contractor. Performance of the contract shall commence thereafter. 17
18 Article 9 Period of performance Date and commencement of the period of performance will be from the date of signing the contract and will run for two years. Initially the contract will run for one year and will be renewed for one more year upon satisfactory performance up to 30th June Article 10 Delays in performance The liquidated damages per calendar day shall be set at 10% of the value of the contract per day of delay or, if the contract is subdivided into phases/lots, of the phase/lot concerned up to 30% (thirty per cent) of the total contract price. Article 11 Payment currency Payments shall be made in United States Dollars or East African Commission local currencies. Article 12 General payment principles Payments shall be authorised and made by the Commission. Payments will be made in the currency of the contract upon presentation of delivery note, original invoices after delivery and certification that all services meet the specifications in the technical offer. No interim payments will be made. Article 13 Advances There is no provision for advance payments. Article 14 Price revision There is no provision for revision of prices. Article 15 Delivery The Contractor shall bear all risks relating to the services until provisional acceptance at destination. Article 16 Warranty The Contractor shall warrant that the services will be delivered meeting the best standards. Article 17 Breach of contract Liquidated damages shall be exacted in accordance with article 21.1 Article 18 Termination by the Commission The Commission, without prejudice to any other remedy for breach of Contract, by notice of default sent to the Supplier, may terminate the Contract in whole or in part a) If the Supplier fails to deliver any or all of the services within the period specified in the Contract, or within any extension thereof granted by the Commission b) If the Supplier fails to perform any other obligation under the Contract. 18
19 Article 19 Dispute settlement a) The amicable dispute settlement procedure shall be initiated when one party notifies the other of the dispute and proposes that it be settled amicably by arrangements to be agreed by the parties in accordance with the provisions of this Article and Article 48 of the GCC. b) The time-limit for implementing the amicable settlement is 30 days after the notification referred to in Article 19.a. The maximum time limit for completing amicable dispute settlement shall be 60 days after that notification. The parties may agree to extend this time limit by a maximum of 60 days. c) The time limit referred to in article 19.a. above for responding to a request shall be eight days from receipt of that request. If the time limit is not met, a reminder shall be sent by the Party that lodged the request. If there is no response to this reminder within eight days of receipt of the reminder, the amicable dispute settlement procedure shall be deemed to have failed. If the amicable intervention of the Commission is requested, this request shall not be made until all internal administrative remedies have been exhausted. Article 20 Ethics clauses Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful agreements with competitors or influence the committee or the Commission during the process of examining, clarifying, evaluating and comparing tenders shall lead to the rejection of his candidacy or tender Without the contracting authority's prior written authorisation, a Contractor and his staff or any other company with which the Contractor is associated or linked may not, even on an ancillary or subcontracting basis, supply other services, carry out works or supply equipment for the project This prohibition also applies to any other programmes or projects that could, owing to the nature of the contract, give rise to a conflict of interest on the part of the Contractor When putting forward a candidacy or tender, the candidate or tenderer shall declare that he is affected by no potential conflict of interest and has no particular link with other tenderers or parties involved in the project. Should such a situation arise during performance of the contract, the Contractor must immediately inform the contracting authority The Contractor must at all time act impartially and as a faithful adviser in accordance with the code of conduct of his profession. He shall refrain from making public statements about the project or services without the contracting authority's prior approval. He may not commit the Commission in any way without its prior written consent For the duration of the contract the Contractor and his staff shall respect human rights and undertake not to offend the political, cultural and religious mores of the beneficiary state The Contractor may accept no payment connected with the contract other than that provided for therein. The Contractor and his staff must not exercise any 19
20 activity or receive any advantage inconsistent with their obligations to the contracting authority The Contractor and his staff shall maintain professional secrecy for the entire duration of the contract and after its completion. All reports and documents drawn up or received by the Contractor in connection with performance of the contract shall be confidential The contract shall govern the Parties' use of all reports and documents drawn up, received or presented by them during performance of the contract The Contractor shall refrain from any relationship likely to compromise his independence or that of his staff. If the Contractor ceases to be independent, the Commission may, for any injury it suffers as a result, terminate the contract without further notice and without the Contractor having any claim to compensation The Commission reserves the right to suspend or cancel project financing if corrupt practices of any kind are discovered at any stage of the award process and if the Commission fails to take all appropriate measures to remedy the situation. For the purposes of this provision, "corrupt practices" are the offer of a bribe, gift, gratuity or commission to any person as an inducement or reward for performing or refraining from any act relating to the award of a contract or implementation of a contract already concluded with the contracting authority Unusual commercial expenses are commissions not mentioned in the main contract or not stemming from a properly concluded contract referring to the main contract, commissions not paid in return for any actual and legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is not clearly identified or commissions paid to a company which has every appearance of being a front company The Contractor undertakes to supply the Commission on request with all supporting documents relating to the conditions of the contract's execution. The Commission may carry out whatever documentary or on-the-spot checks it deems necessary to find evidence in cases of suspected unusual commercial expenses. Article 21 Administrative and financial penalties If the Contractor is found to have seriously failed to meet his contractual obligations, he shall incur financial penalties representing 10% of the total value of the contract in question. That rate may be increased to 20% in the event of a repeat offence within five years of the first infringement. 20
21 ANNEX I: TERMS OF REFERENCE AND BID DATA SHEET ADMINISTRATIVE COMPLIANCE GRID The criteria indicated are those used by the Evaluation Committee. Contract title : TENDER FOR PROVISION OF GROUP LIFE INSURANCE SERVICES FOR LVBC STAFF FOR 2015/2016 Tender envelope number Name of tenderer Is documentat ion Complete? (Y/N) Is language as required? (Y/N) Is tender submiss ion form complet e? (Y/N) Is tenderer's declaration signed (by all consortium partners, for a consortium)? (Y/N/ NA) Did the tenderer submit the tender fee Overall decision? (Accept / Reject) Chairman's name Chairman's signature Date 21
22 MANDATORY REQUIREMENTS - COMPLIANCE GRID Mandatory requirement ( Eligibility criteria) Compliant or Non- Compliant Documents that must be submitted with the Proposal are: Audited Financial statement for the last three years Company Profile Business Licence Tax identification references/ Numbers Tax Compliance Certificate Consortium agreement and authorisation letter( Only if relevant) Certificate of registration Evidence of payment of the tender fee (receipt, Bankers Cheque) Properly signed bid Please note that failure to submit documents indicated above will lead to outright disqualification. TERMS OF REFERENCE FOR PROVISION OF GROUP LIFE INSURANCE SERVICES SCOPE OF COVER Covers about 50 employees / members of staff of LVBC The benefit shall cover LVBC employees only The Cover shall include Group life, Permanent Total Disability and Group Personal Accident Bidders may request for information related to employees benefits to enable them arrive at an informed judgment on the cost of cover to be extended to the Commission. This services shall cover a period of one year, renewable once for one year upon performance evaluation and satisfactory performance. New members of staff shall be included in the scheme at the prevailing premium rates on prorate basis If the bidder is an insurance broker the must indicate the name of underwriter with written contractual evidence The Underwriter: 22
23 1. Shall be registered with an Insurance Regulatory Authority within the East Africa Community region as an INSURANCE UNDERWRITER for the current year and a copy of the current license shall be submitted as evidence. 2. Shall have done Annual Gross premiums in previous year (2014) of at least Two million dollars (USD 2 million) in group life insurance business. EVALUATION GRID Evidence of experience in provision of similar services and magnitude in the last 3(three) years of at least 5 (five) reputable clients and the total clients premiums Qualifications and experience in insurance matters of at least 3 (three) key members of staff who will manage the LVBC scheme. Proof of Prompt claim settlement Approach for premium calculation Range of products and benefits available related to : Group life Permanent Total Disability Group Personal Accident Indicate detailed benefits and sum insured in terms of percentages Benefit Sum Insured Death Permanent Disablement Permanent dismemberment, loss of sight, hearing and speech Head Face Eyes Nose Neck Pelvis Chest/ Trunk/spine Abdomen Urinary and genital organs Hands Thumbs and fingers Shoulder and arms Legs and toes Reimbursement of medical expenses caused by accident. Overseas coverage 23
24 Bidders who meet the technical requirements shall be considered for financial evaluation. The Financials should be broken down into the categories: (1) Group Life Cover (2) Permanent Total Disability (3) Group Personal Accident And enclosed in a separate inner envelope. TENDER FORM FOR A SERVICES CONTRACT Title of contract: PROVISION OF GROUP LIFE INSURANCE SERVICES FOR LVBC STAFF FOR 2015/2016 East African Community Lake Victoria Basin Commission Re-Insurance Plaza, Oginga Odinga Street Box Kisumu, Kenya 1 SUBMITTED BY MAY 2015 Leader* Name(s) of tenderer(s) Nationality Partner 2* Etc * * add/delete additional lines for partners as appropriate. Note that a subcontractor is not considered to be a partner for the purposes of this tender procedure. If this tender is being submitted by an individual tenderer, the name of the tenderer should be entered as 'leader' (and all other lines should be deleted) 2 CONTACT PERSON (for this tender) Name Address Telephone Fax 24
25 TENDERER'S DECLARATION(S) To be completed and signed by the tenderer (one declaration from each partner in the case of a consortium). In response to your letter of invitation to tender for the above contract, we, the undersigned, hereby declare that: 1 We have examined and accept in full the content of the dossier for invitation to tender No [.] of [../../..]. We hereby accept its provisions in their entirety, without reservation or restriction. 2 We offer to deliver, in accordance with the terms of the tender dossier and the conditions and time limits laid down, without reservation or restriction: [..] 3 The price of our tender [excluding the discounts described under point 4] is: [..] [..] [..] 4 We will grant a discount of [%], or [..] in the event of our being awarded. 5 This tender is valid for a period of [ ] from the final date for submission of tenders, i.e. until [../../..]. 6 Our firm/company [and our subcontractors] has/have the following nationality: [ ] 7 We are making this application in our own right and [as partner in the consortium led by < name of the leader / ourselves > ]* for this tender [Lot No]. We confirm that we are not tendering for the same contract in any other form. [We confirm, as a partner in the consortium, that all partners are jointly and severally liable by law for the performance of the contract, that the lead partner is authorised to bind, and receive instructions for, and on behalf of, each member, that the performance of the contract, including payments, is the responsibility of the lead partner, and that all partners in the joint venture/consortium are bound to remain in the joint venture/consortium for the entire period of the contract's performance]. 8 We are not in any of the situations excluding us from participating in contracts which are listed in Article 3 of the instructions to tenderers. 9 We agree to abide by the ethics clauses in Article 22 of the instructions to tenderers and, in particular, have no potential conflict of interests with other candidates or other parties in the tender procedure at the time of the submission of this application. 10 We will inform the Commission immediately if there is any change in the above circumstances at any stage during the implementation of the contract. We also fully recognise and accept that any inaccurate or incomplete information deliberately provided in this application may result in our exclusion from this and other contracts funded by the Commission 11 We note that the Commission is not bound to proceed with this invitation to tender and that it reserves the right to award only part of the contract. It will incur no liability towards us should it do so. Name and first name: [ ] Duly authorised to sign this tender on behalf of: [ ] Place and date: [..] Stamp of the firm/company: This tender includes the following annexes: [Numbered list of annexes with titles] FINANCIAL IDENTIFICATION FORM 25
26 ACCOUNT HOLDER NAME.... ADDRESS... TOWN/CITY... POSTCODE.... CONTACT.... TELEPHONE.... FAX.... E MAIL... VATNUMBER... BANK NAME... ADDRESS... TOWN/CITY... POST CODE... COUNTRY... ACCOUNT NUMBER... IBAN code (optional)... REMARKS: Date + signature of account holder (compulsory) 26
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
TENDER FOR THE SUPPLY OF ENERGY EFFICIENT LAPTOPS AND REQUIRED SOFTWARE
Employment & Training Corporation Head Office, Ħal Far, BBG 3000, Malta Telephone: (356) 22201100 Email: [email protected] Website: www.etc.gov.mt TENDER NUMBER: ESF/IES/T/21/15 TENDER FOR THE SUPPLY
SERVICES TENDER FOR PAYROLL SERVICES TO MALTA ENTERPRISE AND MALTA INDUSTRIAL PARKS LTD. Participation Fee: No Charge
Malta Enterprise Gwardamangia Hill, Pieta, MEC 0001, Malta Telephone: (356) 2542 0000 Fax: (356) 2542 3401 Email: [email protected] VAT Reg. No: MT16959526 DEPT. REF: ME/TQF/PAY/D07/12 SERVICES
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
Supplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)
Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072
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]
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
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
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
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
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
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
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
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
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.
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 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
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
SECTION 000100 - INSTRUCTIONS TO BIDDERS
SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted
NATIONAL INDUSTRIAL TRAINING AUTHORITY
NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015
Prequalification Document for Procurement of Works
STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement
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
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:
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
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.
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
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)
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO. JUD/146/2014-2015 The Judiciary Supreme Court Building, City Hall Way P.O.
TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF
TENDER 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
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
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
CLIENT / PROJECT MANAGER AGREEMENT
Authorship of this work is claimed by The Association of Construction Project Managers and any unauthorised reproduction constitutes an infringement in terms of the Copyright Act No 98 of 1978. CLIENT
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.
Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016
REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference
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]
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
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
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
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
PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015
TENDER DOCUMENT FOR PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900
3.6. Please also note, unless your policy confirms otherwise, the rights under your policy may only be pursued in an English court.
Terms of business agreement - commercial customers M & N Insurance Service Limited Authorised and regulated by the Financial Conduct Authority No: 305837. Registered Office: 248 Hendon Way London NW4 3NL
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
D. TENDER FORM FOR A SUPPLY CONTRACT
D. TENDER FORM FOR A SUPPLY CONTRACT Publication reference: EuropeAid/131239/C/SUP/ME Title of contract: Equipment/vehicles for waste collection and transport A:
QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI
TM REF: RD171/13 TM Quotation 142/13 QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI Date Published: 18 th October 2013 Closing Date: 29 th October 2013 at 10:00am CET
Kingdom of the Netherlands
Kingdom of the Netherlands GENERAL GOVERNMENT PURCHASING CONDITIONS 2014 (ARIV 2014) Adopted by order of the Prime Minister, Minister of General Affairs, of 26 March 2014, no. 3132081 I General Article
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
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,
General Government Terms and Conditions for Public Service Contracts 2011 (ARVODI 2011)
General Government Terms and Conditions for Public Service Contracts 2011 (ARVODI 2011) Adopted by order of the Prime Minister, Minister of General Affairs, of 7 June 2011, no. 3104145 (Government Gazette
AIA Document A310 TM 2010
AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections
TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF
NATIONAL HOUSING CORPORATION P.O. BOX 30257-00100 NAIROBI. TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF CLOSING DATE 4 TH DECEMBER, 2013 AT: 11.00AM TENDER DOCUMENT
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
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
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:
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
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
Appendix A. Call-off Terms and Conditions for the Provision of Services
Appendix A Call-off Terms and Conditions for the Provision of Services Where an Order Form is issued by the Authority that refers to the Framework Agreement, the Contract is made between the Authority
Kentucky Department of Education Version of Document A312 2010
Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal
HSBC Renminbi Business Credit Card Programme Agreement
HSBC Renminbi Business Credit Card Programme Agreement The following terms and conditions govern (a) the use by a Cardholder of a Business Card being an HSBC Renminbi Business Credit Card (a Card ) issued
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
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
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
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
Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department
Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part
PREFACE. The Contract for the Supply and Delivery of Goods has been prepared for use in supplies contracts which have the following characteristics:
Supply Chain Management Document Number: SCM006 Document Title: Supply Contract Version: 01 Purpose: Standard contract for all supplies of goods PREFACE The Contract for the Supply and Delivery of Goods
SOFTWARE TECHNOLOGY PARKS OF INDIA
SOFTWARE TECHNOLOGY PARKS OF INDIA Block DP, Plot-5/1, Sector-V, Salt Lake, Kolkata 700091 www.kol.stpi.in NOTICE INVITING QUOTATION FOR SUPPLY OF MS OFFICE 2013 SOFTWARE AT STPI KOLKATA Ref. No. STPI/KOL/PUR-16/2015/QTN-68
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
MERCK CHEMICALS (PROPRIETARY) LIMITED Registration Number: 1975/004215/07 Vat Registration Number: 4500101094
MERCK CHEMICALS (PROPRIETARY) LIMITED Registration Number: 1975/004215/07 Vat Registration Number: 4500101094 APPLICATION FOR CREDIT FACILITIES INCORPORATING THE COMPANY S CONDITIONS OF SALE Physical :
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. TENDER NO. KMA/ONT/BULK DIGITIZATION/011/ 2014-15 KENYA MARITIME
15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note:
TENDER NOTICE 1 Name of the work and place Electrical works at sbi.intouch BRANCH (KADAPA), Y.S.R. District, Andhra Pradesh. 2 Estimated Cost Rs.9,51,186/- 3 Date of issue of tender through 23/06/16 Bank
SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)
Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT
PLANT VARIETIES PROTECTION ACT (CHAPTER 232A, SECTION 54) PLANT VARIETIES PROTECTION RULES
CAP. 232A, R 1] Plant Varieties Protection Rules [2006 Ed. p. 1 PLANT VARIETIES PROTECTION ACT (CHAPTER 232A, SECTION 54) PLANT VARIETIES PROTECTION RULES Rule 1. Citation 2. Definitions 3. Fees 4. Forms
1.1 The contract shall be deemed to have been entered into upon receipt of supplier s written acknowledgement stating its acceptance of the order.
Kendrion (Switzerland) AG Albisstrasse 26 CH-8915 Hausen am Albis of Contract (Rev. 1, valid from 01.01.2013) 1 General 1.1 The contract shall be deemed to have been entered into upon receipt of supplier
General Terms of Public Procurement in Service Contracts JYSE 2014 SERVICES
General Terms of Public Procurement in Service Contracts January 2015 Contents Introduction...3 Issues to be observed in applying...5 General Terms of Public Procurement in Service Contracts ()...9 1 Definitions...9
BANK OF UGANDA REPUBLIC OF UGANDA
BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: [email protected]
STANDARD 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
KENYA MEDICAL TRAINING COLLEGE
KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES TENDER NO. KMTC/9/2015 2016 FOR THE YEARS 2015/2016 TO 2016/2017 CLOSING DATE: 28 TH MAY 2015 Table of Contents
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy
SOFTWARE DEVELOPMENT AGREEMENT
SOFTWARE DEVELOPMENT AGREEMENT THIS AGREEMENT dated the day of 20. BETWEEN: AND: ACN of (the Customer ; 1iT Pty Ltd ACN 092 074 247 of 41 Oxford Close West Leederville (the Contractor. BACKGROUND A. The
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,
KITUI WATER & SANITATION CO. LTD
KITUI WATER & SANITATION CO. LTD ANNUAL TENDERS FOR 2015/2016 FINANCIAL YEAR TENDER NO. KITWASCO/014/15-16 TENDER NAME: TENDER FOR THE PROVISION OF STAFF WORK INJURY BENEFITS SERIAL NO: 1 P a g e TABLE
1.1 Subscription fees are payable in advance. The deposit and set up fee are charged and paid with initial payment.
TERMS & CONDITIONS 1. PRODUCT DEFINITION This agreement is between Serviced Virtual Offices and the Client ACKNOWLEDGMENT AND ACCEPTANCE OF TERMS OF USE. The Services are offered to you conditioned on
TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)
Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals
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
City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
A JCT 2011 Minor Works Building Contract
A JCT 2011 Minor Works Building Contract A20 JCT MINOR WORK BUILDING CONTRACT (MW) Minor works transparency document Rev A A20 / A20 JCT MINOR WORK BUILDING CONTRACT (MW) JCT MINOR WORKS BUILDING CONTRACT
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
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY TENDER NO. NCA/T/7/2015-2016 OCTOBER, 2015 1 Table of Contents Page
Chapter I. 1. Purpose. 2. Your Representations. 3. Cancellations. 4. Mandatory Administrative Proceeding. dotversicherung-registry GmbH
Chapter I.versicherung Eligibility Requirements Dispute Resolution Policy (ERDRP) 1. This policy has been adopted by all accredited Domain Name Registrars for Domain Names ending in.versicherung. 2. The
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
Terms of business agreement - Commercial clients
Terms of business agreement - Commercial clients Please read this document carefully. It sets out the terms on which Finch Insurance Brokers Ltd agree to act for clients and contains details of our responsibilities
Agent Agreement WITNESSETH
PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and
Bond Form Commentary and Comparison
Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond
General Terms and Conditions of ICTRecht
General Terms and Conditions of ICTRecht Version dated 1 September 2012 These General Terms and Conditions (the General Conditions ) govern each Contract with, and performance of work by, ICTRecht. Any
