TENDER NO. 02/2014. Tender Specifications for Desktop Computers

From this document you will learn the answers to the following questions:

On what floor of the building should the Tender be sent?

What is the acronym for the Fiji Revenue and Customs Authority?

Can a Tender be able to lodge a correction or provide additional information?

Similar documents
TENDER NO. 08/2013 SPECIFICATIONS FOR

SPECIFICATIONS FOR SUPPLY & SALE OF MOTOR VEHICLES

SPECIFICATIONS FOR INTERNAL MAIL SERVICES

2015 FRCA Installation and Supply of WAN Optimization Infrastructure TENDER 12/2015. Requirement Specification Document

SPECIFICATIONS FOR TENDER 16/2014 PEST CONTROL SERVICES

2015 FRCA Installation and Supply of Data Center Infrastructure TENDER 11/2015. Requirement Specification Document

TENDER NO. 13/2013. Tender Specifications for Data Warehouse and Business Intelligence System

SPECIFICATIONS FOR SUPPLY OF CONTAINER SCANNING SYSTEM

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

PROFESSIONAL AUDIT SERVICES For FINANCIAL STATEMENTS HAVEN SOCIETY

Instruction to Bidders

Prequalification Document for Procurement of Works

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

SECTION 6: RFQ Process, Terms and Conditions

Request for Proposal Environmental Management Software

Canterbury Park Pool Chamber Replacement

REQUEST FOR PROPOSALS

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid

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

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

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

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

Published Call for Quotations QMFA 080/2015

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

Eskom Holdings SOC Ltd s Standard Conditions of Tender

REQUEST FOR EXPRESSIONS OF INTEREST

Anglo American Procurement Solutions Site

Enterprise Content Management Consultant

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

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

Document Management System Request for Proposal

REQUEST FOR BIDS. Project Management Technical Services

Village of Nakusp RFQ Source Protection Plan

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

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

(RFP) PURCHASE OF BLADE SERVER

JOLIET JUNIOR COLLEGE REQUEST FOR PROPOSAL PC & LAPTOP PURCHASE PROGRAM RFP

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

SPECIFICATIONS FOR TENDER # SUPPLY OF WEBSENSE MONITORING SOFTWARE FOR WESTERN HEALTH

OUTAGAMIE COUNTY REQUEST FOR INFORMATION / PROPOSAL FOR ENTERPRISE BACKUP SOLUTION FOR MIS DEPARTMENT

Supplier prequalification Document

DO NOT REMOVE ANY PAGES FROM THIS REQUEST FOR QUOTATION DOCUMENT. FAILURE TO RETURN ALL PAGES WITH YOUR REQUEST FOR QUOTATION MAY INVALIDATE YOUR BID.

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

Request for Quotation (RFQ) for goods/services

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

QUOTATION AND TENDER PROCESS

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Invitation to Bid (ITB) ITB

REQUEST FOR PROPOSAL (RFP) FOR EMS MEDICAL BILLING AND COLLECTION FOR. DUPLIN COUNTY North Carolina PROPOSALS TO BE SUBMITTED TO:

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)

GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS. And WORKERS COMPENSATION CLAIMS

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

SPECIFICATIONS FOR TENDER SUPPLY OF STAFF SCHEDULING SYSTEM SOFTWARE FOR WESTERN HEALTH

Sub: Tender Enquiry for Sale of Condemned Items.

How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES


Project Management Consulting Services Request for Qualification No. 09COE0001

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

REQUEST FOR PROPOSALS. On-Call HVAC Contractor Services GFN 1661

INVITATION FOR TENDER AND INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Proposal

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSAL RFP # For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 4:00 p.m.

N.I.C.E. COMMUNITY SCHOOL DISTRICT TECHNOLOGY INFRASTRUCTURE PROJECT REQUEST FOR PROPOSALS ( RFP )

OUTAGAMIE COUNTY REQUEST FOR BID FOR BCDVIDEO SERVERS FOR MIS DEPARTMENT

Expression of Interest Ticketing Solution

South Liverpool Homes. Invitation to Tender. Mobile Phone Contract

REQUEST FOR PROPOSALS FOR COMPUTERS ECORSE PUBLIC SCHOOLS

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

INVITATION TO QUALIFY CLOSING DATE OF INVITATION TO QUALIFY THURSDAY APRIL 24, 4 P.M.

CITY OF POMONA. Request for Qualifications and Proposals. For

Invitation for Bid Sewer Repair Project

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

MUSKOKA TOURISM REQUEST FOR PROPOSAL

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

Banking Services Request for Proposal

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

SPECIFICATIONS FOR TENDER # SUPPLY OF IBM BLADE SERVER FOR WESTERN HEALTH

JKL Bahweting School. Request for Proposal. VDI Servers

DUE DATE: August 23, :00 p.m.

Atrium Skylight Repair Carleton Lodge

Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL (RFP) RFP PLANNING

REQUEST FOR PROPOSAL

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

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

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

STUDENT SERVICE

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

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

Transcription:

TENDER NO. 02/2014 Tender Specifications for Desktop Computers Issued on 15 th February, 2014

TABLE OF CONTENTS Proposals for Tender... 3 General Requirements... 4 Minimum Specifications... 4 Additional Information... 4 General Terms & Conditions... 5 Submission of Tenders... 5 Format of Tender Response... 5 Late Tenders... 6 Amendment of RFT... 6 Termination of RFT... 6 Tenderers to Inform Themselves... 6 Tenderer s Risk... 7 Clarification and Variation of Tenders... 7 Selection of the Preferred Tender... 7 Conduct of Tenderers... 8 Unlawful Inducements and Collusive Tendering... 8 Contact with Tenderers... 8 Costs... 8 Non-delivery of service(s)... 9 Validity of the proposal... 9 Currency... 9 Corporate Information... 9 Qualifications and Capability... 10 Mergers, Acquisitions, Sales of Tenderer... 10 Page 2 of 10

Proposals for Tender The following are excerpts and addendums from the tender advertisement for Fiji Revenue and Customs Authority as it originally appeared in the local media and should be used as the basis to submit your proposals: *********************************************************************************** TENDER NO. 02/2014 Desktop Computers TENDER NO. 03/2014 Laser Printer TENDER NO. 04/2014 Network Switches The Fiji Revenue and Customs Authority (FRCA) invites reputable companies to tender for the above IT Tenders. Detailed tender specifications for the tenders are available from the FRCA website at the following link: http:/www.frca.org.fj/tenders/ Further clarifications & questions should be directed through email to ittenders@frca.org.fj Tenders to be submitted separately in a sealed envelope and clearly marked: TENDER NO. 02/2014 Desktop Computers TENDER NO. 03/2014 Laser Printers TENDER NO. 04/2014 Network Switches and should be addressed to: The Chairman FRCA Tender Board Fiji Revenue and Customs Authority Private Mail Bag Suva and hand delivered to Revenue & Customs Services Complex, Building 3, Floor 3, Corner of Ratu Sukuna Road and Queen Elizabeth Drive, Nasese, Suva, Fiji prior to the tender closing time. Tender Proposals must be received no later than 1200 Hours (12 noon) Fiji Time on Friday 28 th February 2014. All tenders received before the deadline will be opened at 12.10pm on the closing date. Bidders are welcome to be present during the opening of the tender bids. Our Vision To be the Premier Revenue Collection, Border Management & Trade Facilitation Agency in the Region Page 3 of 10

General Requirements One hundred (100) Desktop Computers Only authorized, reputable brand name resellers will be considered Three years parts and labour warranty is a mandatory requirement Ergonomic and space efficient designs will be preferred The specifications given below are the minimum that must be satisfied Minimum Specifications Minimum Specifications for Desktop Computers Processor Type Intel i3 / i5 Processor Speed 2.9 GHz or above RAM 4 GB DDR3 RAM Hard Disk SATA 160 GB or above Operating System Windows 7 Network Card GB Ethernet, PXE Compliant, WOL capability Display 17 LCD Monitor USB Keyboard 101 Extended Key Form Factor Small Form Factor Warranty 3 years parts and labour onsite Additional Information This tender is not an all and one inclusive tender. Where necessary, the tender may be awarded for lesser than specified quantities or quantities may be split between more than one vendor. Vendors are requested to specify if prices will vary should FRCA decide to reduce the tender quantities. Vendors are requested to specify if prices will vary should FRCA decide to reduce the tender quantities Page 4 of 10

General Terms & Conditions Following general terms and conditions will apply. Submission of Tenders a. Tenders must be lodged no later than 12:00 noon Fiji Time on Friday 28 th February 2014. b. Bidding organisations must submit two signed and bind copies of the proposal with one copy marked as Original. The original version will prevail if there are any inconsistencies between the original and the copy. The proposal copies shall be enclosed in a sealed envelope or package and clearly marked as follows: TENDER NO. 02/2014 DESKTOP COMPUTERS To: The Chairman FRCA Tender Board Fiji Revenue & Customs Authority Private Mail Bag Suva c. Tender Submissions must be hand delivered to Revenue & Customs Services Complex, Building 3, Level 3, Corner of Ratu Sukuna Road and Queen Elizabeth Drive, Nasese, Suva, Fiji prior to the tender closing time. d. The Tender response must be in English. e. Should the Tenderer become aware of any discrepancy, error or omission in the Tender document submitted, and the Tenderer wishes to lodge a correction or provide additional information that material must be in writing and lodged prior to the Tender closing time. Format of Tender Response Each Tenderer must provide a formal letter of transmittal that must: a. Be signed by an authorized representative of the organization and must state that the signing official is authorized to legally bind the organization; b. Include the names, titles, office addresses and office telephone numbers of the persons authorized by the organization to conduct negotiations on the Proposal, including their expected roles in negotiations and in performance of any resulting Agreement; and c. Provide a contact name, address, facsimile number and email address which Fiji Revenue and Customs Authority will use in serving notices to the Tenderer. Page 5 of 10

Late Tenders Any Tender lodged after the closing time will be deemed to be late and will not be considered. Amendment of RFT FRCA may, at their sole and absolute discretion, vary, add to, or amend the terms of this RFT, including: a. The nature and/or scope of the services required under this RFT; and any other subject matter to which this RFT relates. Termination of RFT FRCA may, in their sole and absolute discretion, suspend, terminate or abandon this RFT at any time prior to the execution of a formal written agreement acceptable to FRCA, by an authorized officer of FRCA and by the Successful Tenderer/s, by giving written notice of such a decision to each of the registered Tenderers. Tenderers to Inform Themselves Each Tenderer should: a. Examine this RFT, and documents referred to in the RFT and any other information made available by FRCA to Tenderers; b. Obtain any further information about the facts, risks and other circumstances relevant to its Tender by making all lawful inquiries; and c. Satisfy itself that it s Tender, and all information on which it s Tender is based, is true, accurate and complete. By submitting their Tenders, Tenderers will be deemed to have: a. examined the RFT and any other information made available in writing by FRCA to Tenderers for the purpose of tendering; b. examined all information relevant to the risks, contingencies, and other circumstances having an effect on their Tender and which is obtainable by the making of reasonable inquiries; and c. satisfied themselves as to the correctness and sufficiency of their Tenders and that their prices cover the cost of complying with the RFT requirements and of all matters and things necessary for the due and proper performance and completion of the work described in the RFT. Page 6 of 10

Tenderer s Risk The Tenderer s participation in any stage of the Tender process is at the tenderer s sole risk, cost and expense, in particular, all costs incurred by or on behalf of the Tenderers in relation to this RFT, including preparing and lodging the Tender and providing FRCA with any further information are wholly the responsibility of the Tenderer. FRCA accepts no responsibility, liability, or obligation whatsoever for costs incurred by or on behalf of any Tenderer in connection with any Tender or any participation in the Tender process. Clarification and Variation of Tenders FRCA may, at their absolute discretion seek clarification or request further information from Tenderers after the closing date for the submission of Tenders. Each Tenderer must nominate a person to provide additional information or answer specific questions that may arise during the selection process as required by FRCA. Tenderers whose Tenders have been short listed may be required, to engage in formal discussions with FRCA or make presentations to FRCA on their Tenders. In such an event FRCA will make the necessary arrangements with Tenderers. Selection of the Preferred Tender Neither the lowest priced Tenders, nor any Tenders, will necessarily be selected by FRCA as the Preferred Tender/s. FRCA committee may decide not to accept any Tender or reject all Tenders at any time. FRCA reserve the right to cancel this RFT and pursue an alternative course of action at any time. A Tenderer will not be deemed to have been selected as one of the Preferred Tenderer/s unless and until notice in writing for and on behalf of FRCA of such selection is: a. Handed to the Tenderer; or b. Is sent by prepaid post to or is left at the address stated in the Tender for service of notices; or c. Sent by facsimile to the number provided by the Tenderer, followed by an original by post. Selection of Preferred Tenderer/s will not be acceptance of the Tender and no binding relationship will exist between the Preferred Tenderer/s and FRCA until a written agreement acceptable by FRCA is executed by an authorized officer of FRCA and the Successful Tenderer/s. Page 7 of 10

Conduct of Tenderers Conduct of Tenderers or any of their consortium members, may affect the outcome of their Tender responses, including non-consideration of the Tender. Tenderers warrant to FRCA that they (and their consortium members) have not and will not engage in any of the following activities in relation to this RFT Process: a. lobbying of or discussions with any politician or political groups during this RFT process; b. Discussions with other relevant FRCA bodies on this RF T process; c. Attempts to contact or discuss the RFT process with officers, any member or staff or contractor currently working in FRCA or any agent of this Department; Exception to members stated in Proposal for tender. d. Provision of gifts or future promise of gifts of any sort to the previously mentioned personnel; e. Accepting or providing secret commissions; f. Submitting an inflated Tender to the advantage of another Tenderer; g. Entering into any improper commercial arrangement with any other party; h. Seeking to influence any decisions of FRCA by an improper means; or otherwise acting in bad faith, fraudulently or improperly. Unlawful Inducements and Collusive Tendering Tenderer and its officers, employees, agents and advisers must not: a. Offer unlawful inducements in connection with the Tender process; or b. Engage in any collusive tendering, anti-competitive conduct or any other similar conduct with any other Tenderer or any other person in relation to the preparation or lodgment of Tenders. Contact with Tenderers During the Tender process, neither FRCA nor their representatives are required to answer questions or otherwise discuss the contents of this RFT with potential Tenderers or their representatives, except in accordance with this RFT. Tenderers must not attempt to make any contact of that nature. Any unauthorized contact may disqualify the Tenderer from further consideration. Costs All costs and payment schedules to FRCA should be clearly tabled in the response and separating one-time and recurring costs. Where cost estimates are Page 8 of 10

provided, the basis of these estimates should be shown. Where given cost components are subject to periodical change, the basis for review, and increase /decrease should be shown. Non-delivery of service(s) FRCA reserves the right to hold full or partial payment until such time that the product has been delivered to the quality and expectation of FRCA. FRCA have the right to withhold (as penalties) a percentage of the payment for vendor non-performance. Non-performance may be classed as: Failure to deliver on time Failure to respond to queries within a reasonable amount of time Introduction of unauthorized new clauses Validity of the proposal All proposals and price shall remain valid for a period of 90 days from the closing date of the submission of the proposal. However, the responding organization is encouraged to state a longer period of validity for the proposal. Currency All currency in the proposal shall be quoted in Fiji Dollars and prices shall be VAT Inclusive. Corporate Information Each Tenderer must provide the following information: a. Details of the corporate and ownership structure, including identification of any holding company or companies and parent companies. b. Profiles of the company and any parent entity. If the company is a subsidiary, the Tenderer must provide full details of the legal and financial relationship between the subsidiary and parent. The names of all directors and officers of the company. c. A full description of current operations of the company including audited financial statement for the last 3 years, this can vary. d. A copy of the company s Certificate of Incorporation. e. Confirmation that the company has the capacity to bid for the Services and that there is no restriction under any relevant law to prevent it from bidding. f. Provision of details of any legal proceedings that are being done against the company Page 9 of 10

Qualifications and Capability Each Tenderer must: a. Be fully Tax and Customs compliant. Tax Identification Number (TIN) must be quoted. b. Be of good repute Company profile along with proven sales with this product should be reflected in the proposal. c. Be able to demonstrate that it has the experience, skills and resources to safely assume providing a quality transactional service to the FRCA. Mergers, Acquisitions, Sales of Tenderer Where such information is publicly accessible, the Tenderer must indicate whether any mergers, acquisitions or sales are planned presently or during the year following the submission of the Tender. Page 10 of 10