REQUEST FOR PROPOSALS



Similar documents
Records Information Management System Development and Implementation

REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET

SPECIAL CONDITIONS OF CONTRACT RT

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000

TERMS OF REFERENCE. I. Rationale. Scope of Work

ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT DATE)

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES

Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software

REQUEST FOR QUOTATION

DoE Supply Chain Management Processes

DoE Supply Chain Management Processes. 24 February 2016 Presenter: Boitumelo Musi

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014

Transcription services for committee minutes

90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel:

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

Request of training on Operational Risk Management

City of Johannesburg Supply Chain Management Unit

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE

REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES

SPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS

Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar

Reissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website

Yagan Moodley Tel : (011)

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT

3.2 Seven (7) x HIGH PERFORMANCE WALK-THROUGH METAL DETECTOR. Detailed technical specification is illustrated on Annexure B.

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015

Please attach certified BEE certificate to quotes above R10 000

NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM

Reproduced by Sabinet Online in terms of Government Printer s Copyright Authority No dated 02 February 1998

1. Cover Page and Guideline pg Invitation to Tender (SBD 01) pg Valid Original Tax Clearance Certificate (SBD 02) pg.

How To Manage Two Web Portals In South Africa

Lorraine Mapela

Eskom Holdings SOC Ltd s Standard Conditions of Tender

EXTERNAL POLICY PROCUREMENT

ADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)

T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON

Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30

City of Johannesburg Johannesburg Roads Agency

Objectives. An uptake economy. indirect job

TERMS OF REFERENCE MARCH

Q044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY

CONSOLIDATION OF TELECOMMUNICATION SERVICES

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

TERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000

REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013

NCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project

Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality

Supply, deliver and installation of air conditioners

City of Johannesburg Supply Chain Management Unit

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO SUPPLY AND INSTALL BIOMETRICS ACCESS CONTROL SYSTEMS AT THE DEPARTMENT OF ENERGY

Report of the Auditor-General

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010

1. BACKGROUND 2. OBJECTIVES

City of Johannesburg Supply Chain Management Unit

ethekwini MUNICIPALITY ECONOMIC DEVELOPMENT & INVESTMENT PROMOTION UNIT DEPARTMENT OF INVESTMENT PROMOTION PQ: 7G-16816:

SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS

TENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS

Length of Contract: 2 months (with an option to extend for a further 5 months).

Office of the Competition Commission of India Hindustan Times House, K.G. Marg, New Delhi

VENDOR APPLICATION FORM

CITY POWER JOHANNESBURG

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh

REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: /2015

RFQ 803 SUPPLY AND DELIVERY OF STATIONERY

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

REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS V-NECK T -SHIRTS

Digital Signature Application

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION.

Advt.No.: IISER/S&P/2/15-16 Dt. 12 th May 2015 NOTICE INVITING TENDER

REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM

NATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS.

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015

SUPPLY CHAIN MANAGEMENT POLICY

TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW

Inviting Quotation for Internet Leased Line Connection

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review

REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District

REQUEST FOR PROPOSAL

AMATHOLE DISTRICT MUNICIPALITY

City of Johannesburg Supply Chain Management Unit

T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON

SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer

Transcription:

ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT 40 Hull Street, Cnr. 8th Street and Hull Streets TEL NO. : + 27 (0)11 830 2200 FAX NO.:+ 27 (0)11 830 2201 Vrededorp, Johannesburg, 2092 EMAIL : procurement@mgsl.co.za WEBSITE: www.mgsl.co.za Postnet www.mgslg.co.za Suite No. 161, Private Bag X9 Melville, 2109 REQUEST FOR PROPOSALS INTERNET SERVICE PROVISION, HOSTING OF THE WEBSITE & APPLICATION (SOFTWARE AS A SERVICE) AND THE PROVISION OF ONLINE DATA BACKUP SERVICES MATTHEW GONIWE SCHOOL OF LEADERSHIP & GOVERNANCE (MGSLG) Page 1 of 11 Updated Terms of Reference for

Contents 1. Introduction... 3 2. Objective... 3 3. Scope of Services... 3 4. Methodology... 3 5. Pre-Qualification Competencies & Expertise Requirements... 4 6. Outputs and Deliverables... 4 7. Evaluation Process... 4 8. Mandatory Requirements... 7 9. Communication... 8 10. Prohibition of Restrictive Practices... 8 11. Fronting... 8 12. Presentation... 9 13. Compulsory Briefing... 9 14. Timeframes and Formal Contract... 9 15. Packaging of Bid... 9 16. Contact Details... 10 Page 2 of 11

1. Introduction 1.1 The Matthew Goniwe School of Leadership and Governance (MGSLG) is a Section 21 Company (Not for Profit Company) and an entity of the Gauteng Department of Education (GDE). It was established to research, develop and deliver cutting edge capacity building programmes in the areas of school Management & leadership, school governance and teacher development for capacity building of School Management Teams (SMT), School Governing Bodies and Teachers for schools in the Gauteng Province. MGSLG exists to support the vision and mission of the GDE to ensure quality learning and teaching takes place in the classroom every day. 1.2 One of the major requirements of MGSLG is the availability of a reliable internet facility that has efficient capability to access electronic data and information from different sources and share electronic data and information. The MGSLG is currently connected with ADSL lines. ADSL does not offer Quality of Service (QoS) and as such internet connection from this medium is unreliable. 1.3 Considering the above, MGSLG deemed it necessary to effect the enhancement of its existing Internet connection through the engagement of Internet Service Providers (ISPs) that shall provide the institution with efficient, reliable and cost effective internet connection. 2. Objective 2.1 The objective is to ensure that MGSLG is provided with reliable internet connection services with primary and secondary connections. The secondary internet connection will serve as a redundant connection to augment the primary internet connection while both links are simultaneously running and to maintain the availability of internet when either the primary or the secondary connections incurs downtime. 2.2 Please specify the duration of the contract 3. Scope of Services The following are the scope of services requirement for MGSLG. 3.1 Facilitate the Diginet line application to Telkom for both our campuses 3.2 Provide an MPLS VPN network to link both the MGSLG campuses (Benoni and Vrededorp) with a central internet breakout 3.3 Provide internet access at 1024Kbps 3.4 Provide a redundant internet access based on 4G network which can also be used for load balancing 3.5 Provide a hosted, managed and supported Firewall for security and to reduce unwanted internet traffic at an ISP level in order to optimize bandwidth usage 3.6 Provide firewall user access control with real-time monitoring and detailed reporting 3.7 Host the domain mgsl.co.za and the website thereof 3.8 Host our SQL based application for web access 4. Methodology Bidders must submit detailed work plan specifying installation design, detailed activities and connectivity diagram from end user premise up to the last mile. Page 3 of 11

5. Pre-Qualification Competencies & Expertise Requirements 5.1 Bidders should be a telecommunication service provider or owner of a network, have the expertise in the field and at least five (5) years experience in internet service provisioning. 5.2 The technical requirements and evaluation parameters are as follows: Requirement 1. Setup a Dedicated Direct Internet Connection at MGSLG offices 2. Provide and Configure router for the 1Mbps Internet connection 3. Assign Public Internet Protocol (IP) Addresses to PPPCP Evaluation Parameter At least 1Mbps Committed Information Rate (CIR) full bandwidth Configure the router Minimum of 5 usable Public IP Addresses 4. Availability and Quality of Connection Not less than 99.5% link uptime in a month 5. Provide single point of contact for customer support 6. Provide proactive notice of scheduled downtimes or service interruption Single point of contact for customer support Not less than 7 days 7. Render customer service support 24 hours x 7 days 8. Low Latency (Delay) 9. Host our SQL based application for web access Not more than 280 milliseconds average round trip from MGSL to ISP port Web accessible application 10. Host the domain MGSL and the website 24 hours x 7 accessible website 11. Provide online data backup solution Easily accessible incremental daily data backups 6. Outputs and Deliverables 6.1 The successful bidder should deliver the following; 6.1.1 Fully configured rented router 6.1.2 Hosted firewall that can provide access/usage reports 6.1.3 VPN link between our two branch offices 6.1.4 Diginet based Internet connection at 1Mbps connection 6.1.5 Redundant internet connection for failover 7. Evaluation Process The Evaluation Process comprises the following stages: 7.1 Stage 1: Initial Screening Process Page 4 of 11

During this phase bid documents will be reviewed to determine compliance with tax matters and whether original and valid tax clearance certificates have been submitted with the bid documents at closing date and time of bid. 7.2 Stage 2: Technical Evaluation a) Bids will be evaluated strictly according to the Bid Evaluation Criteria stipulated in this section of the Terms of Reference. During this stage bidders responses will be evaluated for functionality based on achieving a minimum score of sixty percent (60%) b) Bidders must, as part of their bid documents, submit supportive documentation for all technical requirements as indicated hereunder. The panel responsible for scoring the respective bids will evaluate and score all bids based on their submissions and the information provided. c) Bidders will not rate themselves, but need to ensure that all information is supplied as required. The Bid Evaluation Committee (BEC) will evaluate and score all responsive bids and will verify all documents submitted by the bidders. d) The panel members will individually evaluate the responses received against the following criteria as set out below: Evaluation Criteria Qualifications 1. Demonstrated ability to offer proposed solution with innovation, creativity and quality 2. Project Plan 5 3. Time Frames within Projection (start to finish) 5 4. Clear Deliverables as per TORs 30 5. Years of Project Related Experience 5 6. Evidence of Recent Projects successfully completed in public sector/schools Total 60 Weights Threshold Score 60% 10 5 We encourage promotion of B-BBEE through formation of consortiums and partnerships. e) Each panel member will rate each individual criterion on the score sheet using the following scale: Page 5 of 11

Value Description 5 Excellent Meets and exceeds the functionality requirements 4 Very Good Above average compliance to the requirements 3 Good Satisfactory and should be adequate for stated element 2 Average Compliance to the requirements 1 Poor Unacceptable, does not meet set criteria f) The value scored for each criterion will be multiplied with the specified weighting for the relevant criterion to obtain the marks scored for each criterion. These marks will be added and expressed as a fraction of the best possible score for all criteria. g) This score will be converted to a percentage and only bidders that have met or exceeded the minimum threshold of 60% for functionality will be evaluated and scored in terms of pricing and socio-economic goals as indicated hereunder. h) Any proposal not meeting a minimum score of 60% technical proposal will be disqualified and the financial proposal will remain unopened. 7.3 Stage 3: Price/Financial Stage Price inclusive of VAT will be evaluated as indicated below. a) In terms of regulation 5 of the Preferential Procurement Regulations pertaining to the Preferential Procurement Policy Framework Act, 2000 (Act 5 of 2000), responsive bids will be adjudicated by MGSLG on the 80/20 preference point for Broad-Based Black Economic Empowerment in terms of which points are awarded to bidders on the basis of: The bidded price (maximum 80 points) Broad-Based Black Economic Empowerment as well as specific goals (maximum 20 points) b) The following formula will be used to calculate the points for price in respect of bidders with a Rand value below R1,000,000.00: Ps = 80 {1-(Pt P min)} (P min) Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price inclusive of VAT of bid under consideration Pmin=Comparative price inclusive of VAT of lowest acceptable bid A maximum of 20 points may be awarded to a bidder for being a Broad-Based Economic Empowerment and/or subcontracting with a Broad-Based Black Economic Empowerment entity stipulated in the Preferential Procurement regulations. For this bid the maximum number of Broad-Based Black Economic Empowerment Status points that could be allocated to a bidder is indicated in the following section. Page 6 of 11

c) MGSLG reserves the right to arrange contracts with more than one contractor. 7.4 B-BBEE Points The Preferential Procurement Policy Framework Act 2000 (PPPFA) Regulations were gazetted on 8 June 2011 (No. 34350) and effective from 7 December 2011. These regulations require bidders to submit valid original or certified copies of their B-BBEE Status Level Certificates from a SANAS accredited verification agency and accredited auditing firm. The 80/20 preference points systems will be applied in accordance with the formula and applicable points provided for in the respective status level contributor tables in the Regulations. B-BBBEE Status Level of Contributor 1 20 2 18 3 16 4 10 5 8 6 6 7 4 8 2 Non-compliant Contributor 0 Number of Points (80/20 System) Failure to capture the required status level and to submit the required B-BBEE status level certificates will lead to a zero (0) status level for non-compliant service providers. a. The points scored by a bidder in respect of the points indicated above will be added to the points scored for price. b. Bidders are requested to complete the various preference claim forms in order to claim preference points. c. Only a bidder who has completed and signed the declaration part of the preference claim form will be considered for B-BBEE Status. d. Supply Chain Management may, before a bid is adjudicated or at any time, require a bidder to substantiate claims it has made with regards to B-BBEE Status. e. Points scored will be rounded off to the nearest 2 decimals. f. In the event that two or more bids have scored equal total points, the contract will be awarded to the bidder scoring the highest number of points for B-BBEE Status. Should two or more bids be equal in all respects, the award shall be decided by drawing of lots. g. A contract may, on reasonable and justifiable grounds, be awarded to a bid that did not score the highest number of points. 8. Mandatory Requirements The following documents are compulsory and should be submitted together with the proposal; Valid original tax clearance certificate Page 7 of 11

Company registration documents Certified copies of Directors Identity Documents (IDs) together with copies of the company s shareholding portfolio B-BBEE Certificates Company profile highlighting B-BBEE status as far as management and shareholding is concerned Three recent references of similar work done. References should provide the contact name, position, contact telephone numbers, description of work performed and dates of engagement Details of probable team that will be tasked with the assignment and should include employee names, job title, short resume reflecting professional qualifications, date they joined the firm and current and previous work experience The bidder should apply for registration on the MGSLG Supplier Database. Application forms for registration are available on the MGSLG Website www.mgslg.co.za. The duly completed application form should be submitted together with the proposal. 9. Communication Supply Chain Management (SCM) Unit will communicate with bidders for, among others, where bid clarity is sought, to obtain information or to extend the validity period. Any communication either by facsimile, letter or electronic mail or any other form of correspondence to any official or representative of MGSLG in respect of this bid between the closing date and the award of the bid by the bidder is prohibited. 10. Prohibition of Restrictive Practices a. In terms of section 4(1) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder(s) is (are) or a contractor(s) was/were involved in: Directly or indirectly fixing a purchase or selling price or any other trading condition Dividing markets by allocating customers, suppliers, territories or specific types of goods or services; or Collusive bidding. b. If a bidder(s) or contractor(s), in the judgement of the purchaser, has/have engaged in any of the restrictive practices referred to above, the purchaser may, without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered or terminate the contract in whole or in part and refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998. 11. Fronting a. MGSLG, in compliance with regulations, supports the spirit of broad based black economic empowerment and recognises that real empowerment can only be achieved through individuals and businesses conducting themselves in accordance with the Constitution and in an honest, fair, Page 8 of 11

equitable, transparent and legally compliant manner. Against this background the MGSLG condemns any form of fronting. b. MGSLG, in ensuring that bidders conduct themselves in an honest manner will, as part of the bid evaluation processes, conduct or initiate the necessary enquiries/investigations to determine that accuracy of the representation made in bid documents. Should any of the fronting indicators as contained in the Guidelines on Complex Structures and Transactions and Fronting, issued by the Department of Trade and Industry (DTI), be established during such enquiry/investigation, the onus will be on the bidder/contractor to prove that fronting does not exist. Failure to do so within 14 days from date of notification may invalidate the bid/contract and may also result in restriction of the bidder/contractor to conduct business with the public sector for a period not exceeding ten years, in addition to any other remedies MGSLG may have against the bidder/contractor concerned. 12. Presentation MGSLG may require presentation/interviews from shortlisted bidders as part of the bid process. 13. Compulsory Briefing A briefing session will be held on 04 June 2013, at 10:00 at MGSLG Vrededorp office. This session will provide bidders an opportunity to clarify certain aspects of the process as set out in this document and to address any substantial issues they might have. 14. Timeframes and Formal Contract Successful bidder(s) will be required to enter into formal contract with MGSLG. 15. Packaging of Bid The bidder shall place both the sealed Technical Proposal and Price/Financial Proposal envelopes into an outer sealed envelope or package, and must be clearly marked as follows; 15.1 Functionality/Technical Proposal Bid No:.. DESCRIPTION: Internet Service Provision, Hosting of Websites and Application (Software as a Service) and online backups. Bid Closing date and Time 21 June 2013 at 12:00 Name and Address of Bidder:... In this envelope, the bidder shall only address the technical aspects of the bid. Page 9 of 11

15.2 PRICE/FINANCIAL PROPOSAL Bid No:.. DESCRIPTION: Internet Service Provision, Hosting of Websites and Application (Software as a Service) and online backups. Bid Closing date and Time 21 June 2013 at 12:00 Name and Address of Bidder:... In this envelope, the bidder shall only provide the price/financial proposal. The Technical Proposal envelope and Financial Proposal envelope shall contain one original hard copy document, clearly marked Original and four (4) hard copies, clearly marked Copy. 16. Contact Details MGSLG Supply Chain Management Private Bag X9, Melville, 2109 Postnet Suite 161, Melville, 2109 Physical Address: 40 Hull Street, Vrededorp For general enquiries: procurement@mgsl.co.za For technical enquiries: tebohos@mgsl.co.za Page 10 of 11

Appendix A: Checklist of Tender Submission Documents The bidder is instructed to submit their proposals together with the following documents. Failure to submit complete documentation will render the bidder s proposal null and void. Checked by Bidder Office Use No. Description Yes No Yes No 1. Vendor Application Form (if not registered) 2. Declaration of Interest 3. Certificate of Independent Bid Determination 4. Invitation to Bid 5. Pricing Schedule Professional Services 6. Contract Form Page 11 of 11