Tender Terms and Conditions. Tender No: WAF 14/02/19/PMU/CSGI CONSULTANCY SERVICES FOR GEOTECHNICAL INVESTIGATION FOR WATER AUTHORITY OF FIJI

Size: px
Start display at page:

Download "Tender Terms and Conditions. Tender No: WAF 14/02/19/PMU/CSGI CONSULTANCY SERVICES FOR GEOTECHNICAL INVESTIGATION FOR WATER AUTHORITY OF FIJI"

Transcription

1 WATER AUTHORITY OF FIJI Tender Terms and Conditions Tender No: WAF 4/02/9/PMU/CSGI CONSULTANCY SERVICES FOR GEOTECHNICAL INVESTIGATION FOR WATER AUTHORITY OF FIJI

2 CONTENTS PG SCHEME/PROJECT 2 CONSULTANCY 3 PROJECT BACKGROUND 4 PROJECT SCOPE PROJECT OBJECTIVES 6 EXTENT OF WORKS 2 7 STANDARDS/REQUIREMENTS 2 8 LAYOUT OF REPORT 3 9 REPORTS, DOCUMENTS & DRAWINGS TO BE SUBMITTED 3 0 PERSONNEL 4 TIMING OF STAGES 4 2 GENERAL CONDITIONS OF ENGAGEMENT 3 INDEMNITY 4 PROFESSIONAL INDEMNITY INSURANCE PERFORMANCE BOND 6 PUBLIC LIABILITY INSURANCE 6 7 PAYMENT FOR SERVICES 6 8 TAXES AND DUTIES 6 9 LIQUIDATED DAMAGES 6 20 CONDITIONS OF TENDER 2 SUBMISSION BY CONSULTANT 22 TENDER VALIDITY PERIOD 23 ATTACHMENTS APPENDIX Attachment : Evaluation Criteria Attachment 2: Memorandum of Agreement Appendix : List of Localities Appendix 2: Schedule of Rate for Miscellaneous Activities i January,

3 Terms of Reference SCHEME/PROJECT Construction of Concrete Reservoirs and Water/Wastewater Treatment plants at various sites (Refer to APPENDIX ). 2 CONSULTANCY Geotechnical Investigation (Including Proposal for Foundation type). 3 4 EMPLOYER BACKGROUND 3. The Water Authority of Fiji is responsible for providing Water and Wastewater services to the people of Fiji. 3.2 As part of ongoing infrastructure development in various regions of Fiji, the Water Authority has seen the need for Geotechnical investigation of sites for the purpose of design and construction of infrastructure that can withstand their design life and prove to be of value to the local communities. 3.3 Currently, there is a huge demand for water and wastewater services in the urban and peri-urban areas which need upgrading and construction of new infrastructure. There is also an increase in coastal development in the Western region, for the purpose of Tourism which is putting a lot of infrastructure demand for water and wastewater services. PROJECT SCOPE 4. Carry out suitable tests, and provide Soil test reports for the purpose of foundation design for Reservoirs, Water/Wastewater treatment plants as per Water Authority of Fiji requirements. 4.2 Propose a suitable foundation(s) and/or provide suitable design of foundations that can be constructed for these structures. 4.3 Propose improvements to existing slopes within the vicinity of the proposed structures by suitable soil retaining mechanisms. PROJECT OBJECTIVES. Determine by suitable tests methods, the bearing capacity of the soil on site..2 The Consultant shall liaise with the Water Authority of Fiji for carrying out tests at designated locations as provided on the locality map(s). January, 204

4 6 Terms of Reference EXTENT OF WORKS The work to be carried out by the Geotechnical Consultant will include the following tasks: Carry out soil tests in the designated locations as shown on the locality plan. Analyse the test results and determine the bearing capacity of the soil Prepare a report and submit all test results, findings and proposals to Water Authority of Fiji. GENERAL CONSULTANCY MATTERS Within 4 days of Tender being awarded, the Consultant shall propose to the Employer a Project Proposal which shall include: a) b) c) d) e) f) g) h) i) The Consultant s method of carrying out the required soil tests. A brief outline of the scope of the Consultancy and the project goals; A list of standards and guidelines to be adopted for the tests. An outline of the roles and responsibilities of key personnel; A list of sub-consultants to be engaged by the Consultant for this Project; A project work plan and programme which identifies project milestones including internal and external project review dates; A statement outlining the document control system to be adopted for this project; A statement of the systems to assess and manage risks during the course of the Consultancy and identification of potential constraints to the progress of all aspects of the Consultancy; and Contact details of key personnel. 6. The Consultant is expected to maintain a close liaison with the General Manager, Projects or his nominated representative during the period of Consultancy. 6.2 The Consultant should allow adequate time for meetings and liaison with all relevant parties, particularly at commencement of the project. 6.3 The Consultant shall conduct a detailed review of the job components and confirm, and, where necessary, refine the proposals. 6.4 The Consultant shall take into consideration the requirements of the Health and Safety at Work (General Workplace Conditions) Regulations (Fiji Ministry of Labour; June 2 January, 204

5 Terms of Reference 2003) and all associated legislation in all aspects of their work, including appropriate provisions in documents prepared by the Consultant The Consultant shall be responsible for obtaining all consents and approvals for the works with exception to consents for right of entry from landowners. STANDARDS / REQUIREMENTS 7. All TESTS shall be done in accordance with current relevant AS/NZ standards and codes or any other relevant standards or codes acceptable to the Water Authority of Fiji. 7.2 Should reference be made to other Standards, Water Authority of Fiji shall be consulted and approval obtained prior to their application for the Project. 7.3 The Consultant shall review, amend and adopt any existing standards that may have been used by Water Authority of Fiji on its projects. The review process shall incorporate the requirements of Water Authority of Fiji. 8 LAYOUT OF REPORT The report sections shall be as follows: 9 Introduction, including Terms of Reference, Summary of Conclusions. Description of Area in terms of soil type. Any improvements that may be necessary to the existing soil. Suggestions on possible types of foundation that can be adopted. Condition of slopes at respective sites. Conclusions and Recommendations. Appendices, Tables, Figures, Drawings REPORTS, DOCUMENTS & DRAWINGS TO BE SUBMITTED 9. The Consultant shall prepare and submit the following documents. All documents shall be discussed with the nominated Water Authority representatives. Where Draft and Final documents are required, the Consultant shall obtain Water Authority s comments on the Draft and incorporate those comments in the Final version of the document. 9.2 All documentation produced under the consultancy shall be the property of the Water Authority of Fiji. 3 January, 204

6 9.3 Documents to be supplied during the course of the consultancy and the number of copies required are tabled below. Document Inception Report Draft Geotechnical Report Final Geotechnical Report 0 Terms of Reference Number of Copies Hardcopies and Soft Copies PERSONNEL 0. The names of all key personnel who would be involved in the various Components of this Consultancy shall be provided together with their curriculum vitae. A signed statement from each of the personnel stating their availability for the project shall be provided. 0.2 Changes in personnel are at the discretion of Water Authority of Fiji and will generally not be allowed. Any changes found essential shall be substituted by a more senior and appropriately experienced staff member. TIMING OF STAGES The work shall be carried with completion dates for the various components no later than indicated by the milestone dates tabled below. PROJECT TIMETABLE Item Request Tendering Tender Closing Date Appointment of Consultant Commencement of Consultancy Inception Report Draft Geotechnical Report Final Geotechnical Report Proposed Dates 2th January, th February, 204 0th March, th March, 204 7th April, 204 6th June, rd June, 204 Some components may be completed earlier. 4 January, 204

7 2 Terms of Reference GENERAL CONDITIONS OF ENGAGEMENT The general conditions of engagement shall be the FIDIC Model Conditions of Engagement (FIDIC, 999). Where Document the general conditions of engagement conflicts with this Terms of Reference, this Terms of Reference shall have precedence. 3 4 INDEMNITY 3. The Consultant shall indemnify the Employer against any claim, demand, action, suit or proceeding that may be brought or made against the Employer by any person in respect of any financial or consequential loss or expense incurred by that person by reason of any act, default or neglect of the Consultant in the performance of the work under the Consultancy, as a consequence of any delay by the Consultant in executing or failing to complete work under the Consultancy and from any costs and expenses that may be incurred by that person in connection with any such claim, demand, action, suit or proceeding. 3.2 The Consultant s liability to the Employer under or arising from the Contract or in a tort (including negligence) or under statute arising from acts or omissions by Consultant shall not exceed the amount of Professional Indemnity Insurance specified in Clause. of this Terms of Reference. The duration of the Consultant s liability shall apply for period of seven (7) years following the date when the liability first arose. PROFESSIONAL INDEMNITY INSURANCE 4. Not withstanding the provisions of the current conditions of engagement as issued by the Fiji Institution of Engineers, the successful consultant will be required to hold Professional Indemnity Insurance with a minimum cover equivalent to F$0,000 over the duration of the proposed services. 4.2 The Consultant shall submit evidence of the Professional Indemnity Insurance to the Water Authority of Fiji, General Manager, Projects within 4 days of award of Tender. PERFORMANCE BOND The successful Consultant will be required to produce a Performance Bond in Form of a Bank Guarantee with an amount equivalent to 0% of the agreed contract sum. This will be returned on successful completion of the Consultancy services after the issue of the Geotechnical report as expected under this consultancy. January, 204

8 6 7 PUBLIC LIABILITY INSURANCE 6. The successful Consultant will be required to hold Public Liability Insurance. The minimum Public Liability Insurance required for each work package is F$0,000 or equivalent in foreign currency 6.2 The Consultant shall submit evidence of the Public Liability Insurance to the Employer within 4 days of award of tender. PAYMENT FOR SERVICES Payment for soil tests, analysis of test results, and documentation will be made as agreed upon by the Consultant and the Water Authority of Fiji as per the proposal given by the Consultant and as agreed upon by both the parties. Such claims shall reflect the actual progress at the date of preparation of the progress claim. Advance payments shall not be permitted. The Consultant shall ensure that there are no terms in any contracts between the Consultant and any Sub-Consultant which is to the effect that the Consultant shall pay the Sub-Consultant only if the Consultant is paid (for the work carried out by the Sub-Consultant) by the Employer. TAXES AND DUTIES 8. 9 Terms of Reference The Consultants and their personnel shall be liable to pay all such taxes, duties, fees, levies and other imposition as may be levied by the Fiji Islands Revenue and Customs Authority including Value Added Tax (VAT). Tenderers should note that currently under Fiji Tax Laws, % of all progress payments must be withheld as withholding tax unless an exemption is obtained from the Fiji Revenue and Customs Authority. LIQUIDATED DAMAGES 9. Liquidated damages may be incurred by the Consultant if the Consultant does not meet the milestone dates for submitting the Final Geotechnical report. 9.2 Liquidated damages will not apply where the delays are due to circumstances beyond the control of the Consultant; however the Consultant shall take all necessary actions to avoid or minimise delays which are beyond its control. Liquidated damages shall apply to delays resulting from late delivery of services or data from Sub-consultants (to the Consultant) or from inadequate resource allocation by the Consultant to meet the milestone dates. Milestone dates are listed in Item above. 9.3 Liquidated damages shall apply of F$00 per calendar day may apply if the Consultant does not meet the milestone dates for submitting the Final Geotechnical report. 6 January, 204

9 Terms of Reference The maximum level of liquidated damages that may be imposed on the Consultant shall be limited to 2% of the full value of the Consultant s services (Excluding disbursement) as presented in the Consultant s financial proposal for the work package. CONDITIONS OF TENDER 20. Definitions a) Tender means the offer comprising the technical and Financial Proposal by the Consultant to execute the scope of work outlined in this Terms of Reference (ToR). b) Tenderer means a separate legal entity who has provided their name and contact details to the Employer, has paid any required deposit or price for Tender Documents and has received Tender Documents; c) Tender Conditions means these Tender Conditions; 20.2 Contact for Clarification or Further Information: Sereicocoko Yanuyanurua General Manager, Projects Level 3, Manohan Building Water Authority of Fiji Nabua, Fiji Phone: (679) Mobile : Nasir Khan Design Engineer Level 4, Manohan Building Water Authority of Fiji Nabua, Fiji Phone: (679) Mobile : Tenderer to Acquire Information It is the responsibility of the Consultant to obtain all information relevant to this Tender Terms and Condition (TTAC). Further, the Consultant shall be deemed to have: a) Examined the Terms of Reference, the site and its surroundings, and any other information made available in writing by the Employer to the Consultant 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 enquiries. c) Satisfied itself as to the correctness and sufficiency of its Tender and that its Tender price covers the cost of complying with all the obligations provided for or implied from the Terms of Reference and of 7 January, 204

10 Terms of Reference all matters and things necessary for the due and proper performance and completion of the Commission. If the Consultant finds any discrepancy, error or omission in the Tender Documents, he/she shall notify the Contact Officer immediately in writing giving details of the ambiguity, discrepancy, error or omission and in any case before the date and time for closing of Tenders Disclosure of Information: The Consultant, its employees or agents shall not disclose or make public any information or material acquired or produced in connection with or by the performance of this assignment without prior approval of the Employer. 20. Conflict of Interest A Consultant with a conflict of interest shall immediately disclose the conflict of interest to the Employer. If a conflict of interest or a risk of a conflict of interest arises after lodgement of the Tender and prior to the completion of the Tender process, the Consultant shall immediately disclose that conflict of interest to the Employer Evaluation of Consultants Proposals: Tenders shall be evaluated against the criteria presented on the Evaluation Criteria Data Sheet attached as Attachment The Consultant shall submit with the Technical Proposal a programme, in the form of a preliminary time-scaled network (Gantt chart), clearly showing the scheduling of tasks to meet the proposed milestone data stated in Item All costs associated with the preparation and submission of tenders shall be borne by the Consultant. SUBMISSION BY THE CONSULTANT 2. In making a submission to undertake this Consultancy, the Consultant must use two envelopes. 2.2 One envelope containing the Consultant s Technical Proposal(s), must be clearly labelled: Consultancy Services for Geotechinical Investigation Contract No. TECHNICAL PROPOSAL. The other envelope, containing the Consultant s Financial Proposal(s), must be clearly labelled: 8 January, 204

11 Terms of Reference Consultancy Services for Geotechinical Investigation Contract No. FINANCIAL PROPOSAL. 2.3 Both envelopes should be clearly marked with the name of the Consultant submitting the proposal. 2.4 The Financial Proposal envelope should only contain the financial aspects of the submission including the lump sum fees and shall be sealed and placed inside the Technical Proposal envelope. 2. Submissions will first be evaluated on the basis of the Technical Proposal, and those who satisfy the Evaluation Criteria (Attachment 2) will have their Financial Proposal envelope opened. 2.6 In the Technical Proposal the Consultant must include a detailed Program or Timetable which clearly sets out the times by which certain tasks of the various components of the project will be achieved and the time and manpower inputs proposed by the Consultant and the unit cost of each resource. The Consultant s progress will be monitored against the program submitted and progress payments made accordingly. The Consultant will be expected to take remedial action in case of any slippage. 2.7 Tender Deposit: All tenders must be accompanied by a refundable tender deposit of F$, in the form of a bank cheque. Note that only one tender deposit of $, is required where Tenderers bid for both work packages. Tender deposits will be refunded to unsuccessful Tenderers upon award of the Consultancy and to the successful Tenderer with the first progress payment. The tender deposit shall be attached to the Technical Proposal(s). 2.8 The submission, with the relevant details, proposals, and tender deposit must be lodged together with the bid document and for registration and placement in the Tender Box located at Level, Manohan Building, Centerpoint no later by 4pm on 3st March The envelope containing the submission inclusive of technical and Financial Proposal(s) (within a sealed envelop) and tender deposit(s) shall be marked to the attention of: WAF 4/02/9/PMU/CSGI Water Authority of Fiji Level Manohan Building Nabua, Fiji 9 January, 204

12 LATE SUBMISSIONS AND FAXED SUBMISSIONS WILL NOT BE ACCEPTED. 22 Terms of Reference OR ED TENDER VALIDITY PERIOD The Tender shall remain valid and open for acceptance for a period of 90 days from the time and date for the closing of Tenders. The Tenderer may withdraw its Tender after the expiration of, but not during, this period. The Tender shall not lapse by reason of any discussions or correspondence between the Employer and the Tenderer which occur during this period. 23 ATTACHMENTS The following attachments will be provided for the information of Tenderers. The Employer neither warrants nor guarantees the accuracy of the information presented in the attachments. ATTACHMENT Locality plan as per WAF requirement ATTACHMENT 2 Tender Evaluation Criteria ATTACHMENT 3 Specimen Memorandum of Agreement NOTE: Attachment shall be supplied as and when the Water Authority of Fiji shall decide and give approval for a certain project to commence. 0 January, 204

13 ATTACHMENT 2 TENDER EVALUATION CRITERIA

14 Evaluation Criteria WATER AUTHORITY OF FIJI CONSULTANCY SERVICES FOR GEOTECHNICAL INVESTIGATION FOR WATER AUTHORITY OF FIJI EVALUATION CRITERIA DATA SHEET A. Technical Evaluation Criteria. The evaluation criteria that will be applied for the Technical Proposal are as follows: (I) (II) (III) 2. Criteria Points TOTAL 00 Specific Experience of the firm(s) related to the project Adequacy of the proposed Work Plan and Methodology in responding to the TOR Qualifications and Competence of the key staff for the assignment 0 3 The qualifications of the key staff will be further evaluated in accordance with the following sub-criteria: (i) (ii) (iii) Criteria Points TOTAL 0 General Qualifications Adequacy for the project Experience in the region and other developing countries Technical Proposals must score at least 7 points out of 00 to be considered for financial evaluation. 4. The following numerical scoring scale will be used by the Employer s Tender Evaluation Team to assess the evaluation criteria. RATING CRITERIA Description Rating Excellent Excellent / Very Good Very Good Very Good / Good Good Good / Marginal Marginal Marginal / Poor Poor Poor / Non-compliant Exceeds requirements in all ways, with very little, or no risk. Exceeds requirements in most ways, with very little, or no risk. Meets requirements in all ways, exceeds it in some, little risk involved. Meets the requirement, little risk involved. Meets the requirement and is workable, acceptable risk Meets the requirement, may require work in some areas, some element of risk. Nearly meets the requirement, workable but may be deficient or limited in some areas, element of risk. Meets requirement, deficient or limited in most areas, high element of risk. Information provided does not meet the requirement, is not workable and is deficient, high element of risk. Information provided does not meet the requirement, is not workable and is deficient, high element of risk. Score The evaluation criteria weighting will be multiplied by the score to calculate a weighted score for each criterion for each offer.

15 Evaluation Criteria B. Financial Evaluation Criteria 4. Firms scoring 7 points or more in the technical evaluation will have their financial proposal opened and points awarded in accordance with the following formula: Sf = (Fm/F) x 00 Where C. Sf = Fm = F = points to be awarded lowest financial proposal amount proposed by individual firm Final Score. Proposals will be ranked according to their combined technical and financial scores using the following weights: (i) (ii) Technical Financial 80% 20% 00% TOTAL SCORE D. Technical Evaluation : Selection Sub-criteria I. EXPERIENCE OF THE FIRM SELECTION CRITERIA CONSULTING FIRM(S) A) Experience in Similar Projects Locally ( POINTS MAX) B) Experience in Other Developing Countries (3 POINTS MAX) C) Other Factors including WAF experience with the Firm(s) including i) Delivery history with WAF ( point) ii) DWSs relationship with the Firm ( point) iii) Ability to mobilise ( point) iv) Variation history with WAF ( point) (4 POINTS MAX) TOTAL ( MAX POINTS ) If the Consultant has no previous work history with WAF then 0 % of the individual score (i.e. 0. points) shall be awarded.

16 Evaluation Criteria II. ADEQUACY OF THE WORK PLAN AND METHODOLOGY SELECTION CRITERIA CONSULTING FIRM(S) A) Understanding of the Objectives (0 points max) B) Quality of Methodology and Approach (30 points max) C) Work Program (7 points max) D) Presentation (3 points max) TOTAL (MAX 0 POINTS ) III.SUMMARY OF QUALIFICATIONS AND COMPETENCE OF STAFF SELECTION CRITERIA CONSULTING FIRM(S) A) Project Manager (0 points max) B) ( points max) C) Process/ Civil / Structural/ Mechanical / Electrical /Instrument / Geotechnical / Pipeline Specialists Survey D) Technical Support Staff TOTAL (MAX 3 POINTS ) ( points max) ( points max) 2 3 4

17 ATTACHMENT 3 MEMORANDUM OF AGREEMENT

18 WATER AUTHORITY OF FIJI MEMORANDUM OF AGREEMENT CONSULTANCY SERVICES FOR GEOTECHNICAL INVESTIGATION FOR WATER AUTHORITY OF FIJI THIS AGREEMENT is made on the day of that is the latter of two dates entered by the signatories below BETWEEN AND the WATER AUTHORITY OF FIJI through the Office of CEO for Water Authorityt located at Manohan Building, Level 4, Nabua, Suva (herein called "THE CLIENT") of the one part practicing as Consulting Engineers from an office at..... (Who and the survivors of whom are herein called "THE GEOTECHNICAL CONSULTANT") of the other part. IT IS AGREED as follows:. THE Consulting Engineers shall undertake and perform duties, complete and deliver as described in the Terms of Reference provided by the Employer. 2. THE Client shall pay the Consultant the sum not exceeding.. (Including VAT) 3. EACH party shall carry out and fulfil their obligations as stipulated in the Terms of Reference and the Contract Documents. 4. THIS Memorandum of Agreement and the following documents shall be binding and form part of this Agreement. a) b) c) d) e) f) The Terms of Reference dated..., 204. Acceptance of Offer by the Geotechnical Consultant dated., 204. The notification by the Client of Acceptance of Geotechnical Consultant Tender dated..., 204 Geotechnical Consultant s Tender Submission dated.., 204. General Conditions of Engagement, Model Conditions of Engagement (FIDIC, 999) The Consultant s Professional Indemnity and Public Liability Insurance Policies.

19 NOW THESE PRESENT WITNESSES and it is hereby agreed and declared by and between the parties hereto: CLIENT - THE WATER AUTHORITY OF FIJI SIGNED FOR AND ON BEHALF OF THE CLIENT WITNESS TO THE SIGNATURE OF THE CLIENT.... SIGNED. SIGNED.. PRINT NAME PRINT NAME.. DESIGNATION OCCUPATION. DATE ADDRESS COMPANY SEAL GEOTECHNICAL CONSULTING ENGINEERS SIGNED FOR AND ON BEHALF OF CONSULTING ENGINEERS WITNESS TO THE SIGNATURE OF CONSULTING ENGINEERS.... SIGNED. SIGNED.. PRINT NAME PRINT NAME.. DESIGNATION OCCUPATION.. DATE ADDRESS COMPANY SEAL

20 APPENDIX LIST OF LOCALITIES FOR GEOTECHNICAL INVESTIGATION ) VITI LEVU - 2) VANUA LEVU - 3) Veisari Vunidawa Navua Balevuto Namou Nabouwalu Benau Savusavu OVALAU - Levuka Waitovo 4) TAVEUNI - Waiyevo Somosomo Bucalevu

21 APPENDIX 2 SCHEDULE OF RATES FOR MISCELLANEOUS ACTIVITIES VITI LEVU (Including nearby islands) No ACTIVITY Travel and subsistence allowances Site clearing (where necessary) for access to site Hire of truck for transport of testing equipment Hire of testing equipment (where necessary) Freight/Courier (if required) RATE (VIP) VANUA LEVU No ACTIVITY Travel and subsistence allowances Site clearing (where necessary) for access to site Hire of truck for transport of testing equipment Hire of testing equipment (where necessary) Freight/Courier (if required) RATE (VIP) MARITIME REGIONS (Yasawas, Lau group, Lomaiviti, Taveuni, Kadavu) No ACTIVITY Travel and subsistence allowances Site clearing (where necessary) for access to site Hire of truck for transport of testing equipment Hire of testing equipment (where necessary) Freight/Courier (if required) RATE (VIP)

Fiji Electricity Authority

Fiji Electricity Authority Fiji Electricity Authority Tender Specifications for Environmental Impact Assessment (EIA) Study for 33/11kV Zone Substation at Naikabula, Lautoka MR46-2018 February 2018 1 Background The Fiji Electricity

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

SCADA Upgrade for Western Region (Phase 2)

SCADA Upgrade for Western Region (Phase 2) SCADA Upgrade for Western Region (Phase 2) Issued on: 22nd October, 2016 Tender No.: Employer: Water Authority of Fiji Country: Fiji Islands Proposal Close at 2:00pm Friday 18th November 2016 Contents

More information

FORM OF TENDER. Lead Consultancy for Labasa Office (Vatunibale) Restoration Project. June 4, 2018

FORM OF TENDER. Lead Consultancy for Labasa Office (Vatunibale) Restoration Project. June 4, 2018 FORM OF TENDER TENDER DOCUMENT Page 1 TABLE OF CONTENTS SECTION A... 2 1.0 FORM OF TENDER... 3 2.0 PROJECT DETAILS... 5 3.0 SUMMARY OF SCHEDULE OF DESCRIPTIONS... 6 SECTION B : ADDITIONAL INFORMATION REQUIRED...

More information

ST. PATRICKS CAMPUS REGISTRATION FOR BUILDING CONTRACTORS PANEL SMALL TO MEDIUM WORKS 19 DECEMBER 2009

ST. PATRICKS CAMPUS REGISTRATION FOR BUILDING CONTRACTORS PANEL SMALL TO MEDIUM WORKS 19 DECEMBER 2009 ST. PATRICKS CAMPUS REGISTRATION FOR BUILDING CONTRACTORS PANEL SMALL TO MEDIUM WORKS 19 DECEMBER 2009 REGISTRATIONS TO BE SUBMITTED Registration Box Thinc Projects Australia Pty Ltd 9 th Floor, 136 Exhibition

More information

PUBLIC TENDER. Terms of Reference TENDER : WAF 16/01/11/PMU/ATS

PUBLIC TENDER. Terms of Reference TENDER : WAF 16/01/11/PMU/ATS PUBLIC TENDER Terms of Reference TENDER : WAF 16/01/11/PMU/ATS Supply, Installation, Commissioning and Training for the Automatic Transfer Switch with Cabinet, Control Panel and Accessories at Waila Treatment

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

20 February Request for Tender. Philippines-Australia Human Resource and Organisational Development Facility

20 February Request for Tender. Philippines-Australia Human Resource and Organisational Development Facility 20 February 2010 Request for Tender Philippines-Australia Human Resource and Organisational Development Facility REQUEST FOR TENDER Philippines-Australia Human Resource and Organisational Development Tender

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

31 July Request for Tender. Australia Indonesia Partnership for Justice (AIPJ) Implementation Service Provider (ISP)

31 July Request for Tender. Australia Indonesia Partnership for Justice (AIPJ) Implementation Service Provider (ISP) 31 July 2010 Request for Tender Australia Indonesia Partnership for Justice (AIPJ) Implementation Service Provider (ISP) NOTE: Tenderers are advised that a Federal Election has been called for 21 August

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS 2019 2021 REFERENCE NUMBER: RFP/AUDIT01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/AUDIT01/2018 PROVISION OF EXTERNAL

More information

Terms and Conditions Applicable to the Model Contract for Consulting Services

Terms and Conditions Applicable to the Model Contract for Consulting Services Terms and Conditions Applicable to the Model Contract for Consulting Services 1. Terms and Conditions 1. Conclusion of a contract. By using this Model Contract (or sections thereof), every User of the

More information

Selection of Consultants

Selection of Consultants STANDARD REQUEST FOR PROPOSALS Selection of Consultants including Standard and Sample Contracts for Consultants Services: Complex Time-Based Assignments Consultants Services: Lump-Sum Remuneration and

More information

SPECIAL CONDITIONS OF TENDER

SPECIAL CONDITIONS OF TENDER Page 1 SPECIAL CONDITIONS OF TENDER A. INTRODUCTION The following documents are available on http://emits.esa.int/ under "Reference Documentation" --> "Administrative Documents": ESA Procurement Regulations

More information

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC)

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC) AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC) FOR USE IN CONJUNCTION WITH THE FORMS OF MAIN CONTRACT FOR PUBLIC WORKS ISSUED BY THE OFFICE OF GOVERNMENT PROCUREMENT, DEPARTMENT OF PUBLIC EXPENDITURE

More information

This document sets out the terms and conditions of business on which it is agreed that RK shall provide permanent recruitment services to the Client.

This document sets out the terms and conditions of business on which it is agreed that RK shall provide permanent recruitment services to the Client. Terms and Conditions of Business (operating as an Employment Agency) April 2017 This document sets out the terms and conditions of business on which it is agreed that RK shall provide permanent recruitment

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL 2010-092204P CONSULTING SERVICES FLEET OPERATIONS ASSESSMENT Sealed proposals addressed to David Logan, Purchasing Agent, 2nd Floor, Municipal Operations Complex, 175 Rothesay Avenue,

More information

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL. SELECTION OF CONSULTANTS- Individual

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL. SELECTION OF CONSULTANTS- Individual GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS- Individual Introduction This Standard Procurement Documentation has been prepared by the NPTA for use by the Procuring Entities

More information

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWAD BRTS COMPANY LIMITED HDBRTSCO/ADMIN/CA/PROC/2015-16/2016 28 th MARCH 2016 HUBLI-DHARWD BRTS COMPANY LIMITED

More information

CLIENT-PROFESSIONAL PROJECT AGREEMENT FOR ARCHITECTURAL SERVICES BETWEEN CLIENT AND

CLIENT-PROFESSIONAL PROJECT AGREEMENT FOR ARCHITECTURAL SERVICES BETWEEN CLIENT AND CLIENT-PROFESSIONAL PROJECT AGREEMENT FOR ARCHITECTURAL SERVICES BETWEEN CLIENT AND PROFESSIONAL ARCHITECT (PrArch) PROFESSIONAL SENIOR ARCHITECTURAL TECHNOLOGIST (PrSArchT) mark applicable registration

More information

Terms and Conditions of Business (operating as an Employment Agency) May 2014

Terms and Conditions of Business (operating as an Employment Agency) May 2014 Terms and Conditions of Business (operating as an Employment Agency) May 2014 This document sets out the terms and conditions of business on which it is agreed that QUANTICA shall provide permanent recruitment

More information

Tender Document. Restricted Procedure. Real-Time Evaluation of Danish Support to Sustainable Coastal Fisheries in Myanmar

Tender Document. Restricted Procedure. Real-Time Evaluation of Danish Support to Sustainable Coastal Fisheries in Myanmar Tender Document Restricted Procedure Real-Time Evaluation of Danish Support to Sustainable Coastal Fisheries in Myanmar Reference File Number: 2016-9276 June 2016 Tender for Real-Time Evaluation of Danish

More information

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL Tender Number: P. W. 1-18 Sealed tenders will be received by: Corporation of the Township of Ryerson 28 Midlothian Road R R 1 Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: May 11, 2018 Closing

More information

Guidelines for the Employment of Consultants. under Japanese ODA Loans

Guidelines for the Employment of Consultants. under Japanese ODA Loans Guidelines for the Employment of Consultants under Japanese ODA Loans March 2009 1 TABLE OF CONTENTS Part I Page PART I GENERAL... 1 Section 1.01. Introduction...1 Section 1.02 Need for Employment of a

More information

Form of Agreement Between the Client And the Quantity Surveyor

Form of Agreement Between the Client And the Quantity Surveyor Form of Agreement Between the Client And the Quantity Surveyor Second ACQS Edition (May 2009) Contents Agreement 1 Terms of Appointment 1. Quantity Surveyor's obligations 2 2. Client's obligations 2 3.

More information

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

Procurement of Consultancy Services

Procurement of Consultancy Services STANDARD REQUEST FOR PROPOSALS Procurement of Consultancy Services Advertising Campaign & PR Services RFP # PUBED/07/16 iii CONTENTS Preface... v Section 1. Letter of Invitation... 3 Section 2. Instructions

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND. STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor)

AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND. STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor) AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor) PROCUREMENT MONITORING AND CONSULTING SERVICES UNIT JANUARY 1997 PREFACE This Standard

More information

General Terms and Conditions of Sale Provision of services No. VEDECOM-PREST001

General Terms and Conditions of Sale Provision of services No. VEDECOM-PREST001 T. 01 30 97 01 80 / contact@vedecom.fr 77, rue des Chantiers, 78000 Versailles, France www.vedecom.fr General Terms and Conditions of Sale Provision of services No. VEDECOM-PREST001 Article 1 Purpose and

More information

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014.

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014. REQUEST FOR PROPOSAL Project: WWTP Landscaping Design & Construction Request For Proposal #: R14-129 Date of Issue: March 26 th, 2014 Closing Location: by hand, mail or courier to: Regional District of

More information

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria CITY OF LARAMIE Policy Title: Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria Policy Number: 2014-01 Page 1 of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS BANK Of ZAMBIA REQUEST FOR PROPOSALS GRAPHIC DESIGN FOR THE ZAMBIA INTERNATIONAL TRADE FAIR (ZITF) AND ZAMBIA AGRICULTURE AND COMMERCIAL SHOW (ZACS) STANDS BANK OF ZAMBIA RFP NO. IFB NO. BOZ/PMS/ONB/09/2017

More information

MATSAPHA TOWN COUNCIL

MATSAPHA TOWN COUNCIL MATSAPHA TOWN COUNCIL REQUEST FOR PROPOSALS FOR THE PROVISION OF CONSULTANCY SERVICES FOR THE FORMULATION OF THE MATSAPHA DISASTER RISK ASSESSMENT & MANAGEMENT PLAN TENDER NUMBER: 1 OF 2018/19 7 th JUNE

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

12 April, Introduction

12 April, Introduction INVITATION FOR EXPRESSION OF INTEREST TO ACT AS A FINANCIAL ADVISER TO THE HELLENIC REPUBLIC ASSET DEVELOPMENT FUND FOR THE PROVISION OF SERVICES REGARDING THE EXPLOITATION OF ITS SHAREHOLDING STAKES IN

More information

Provision of Janitorial & Related Services

Provision of Janitorial & Related Services i B I D D I N G D O C U M E N T S Issued on: 07 July 2018 for Provision of Janitorial & Related Services Ref No: RFP# 2018-11-01-02 Procuring Entity: Bank of Jamaica ii Table of Contents Part I Bidding

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

Standard Request for Proposals Selection of Consultants

Standard Request for Proposals Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants Caribbean Development Bank October 2011 Foreword 1. This Standard Request for Proposals ( SRFP ) has been prepared

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

Part A TECHNICAL BID (To be returned duly signed on all pages)

Part A TECHNICAL BID (To be returned duly signed on all pages) TAMIL NADU SALT CORPORATION LIMITED (A GOVERNMENT OF TAMILNADU ENTERPRISE) LLA Building, IV Floor, 735, ANNA SALAI CHENNAI 600 002. PHONE: +91-44-28418344 Fax :+91-44-28525846 +91-4576-262224 +91-4576-262227

More information

MATSAPHA TOWN COUNCIL

MATSAPHA TOWN COUNCIL MATSAPHA TOWN COUNCIL REQUEST FOR PROPOSALS FOR THE PROVISION OF CONSULTANCY SERVICES ON THE FORMULATION OF 2018 2024 Integrated Development Programme (IDP) TENDER NUMBER: 26 OF 2017/18 22 nd January 2018

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

Conditions of Contract for PLANT and Design-Build

Conditions of Contract for PLANT and Design-Build Conditions of Contract for PLANT and Design-Build FOR ELECTRICAL AND MECHANICAL WORKS AND FOR BUILDING AND ENGINEERING WORKS DESIGNED BY THE CONTRACTOR General Conditions 1st Edition 1999 FEDERATION INTERNATIONALE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

RULES OF TENDER for the Sale of the State Capital in the Company. KTK Leather-textile company d.d. VISOKO

RULES OF TENDER for the Sale of the State Capital in the Company. KTK Leather-textile company d.d. VISOKO BOSNA I HERCEGOVINA FEDERACIJA BOSNE I HERCEGOVINE AGENCIJA ZA PRIVATIZACIJU U FEDERACIJI BOSNE I HERCEGOVINE BOSNIA AND HERZEGOVINA FEDERATION OF BOSNIA AND HERZEGOVINA AGENCY FOR PRIVATIZATION IN FEDERATION

More information

THE GLOBAL FUND to Fight AIDS, Tuberculosis and Malaria

THE GLOBAL FUND to Fight AIDS, Tuberculosis and Malaria THE GLOBAL FUND to Fight AIDS, Tuberculosis and Malaria Guidelines for Annual Audits of Program Financial Statements Table of Contents 1. Introduction 2. Operational Policies and Practices 3. Follow-up

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

MDB Harmonised Particular Conditions

MDB Harmonised Particular Conditions FIDIC Plant and Design-Build Contract MDB Harmonised Particular Conditions 1. Introduction There is a need for FIDIC to provide sample Particular Conditions that render the General Conditions of the 1st

More information

Rot No: CUSTOMS REQUIREMENTS

Rot No: CUSTOMS REQUIREMENTS Rot No: CUSTOMS REQUIREMENTS 1) Conditions of temporary entry under Code 228 (a), (b), and (c) of the Customs Tariff Act 1986: Visiting yachts enter and are kept temporarily in Fiji without payment of

More information

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN ORDINANCE NO. AN ORDINANCE OF THE CITY OF, MISSOURI, ESTABLISHING POLICIES AND PROCEDURES FOR SELECTING PROFESSIONAL

More information

Request for Proposal. Electronic Health Records and Practice Management Software

Request for Proposal. Electronic Health Records and Practice Management Software Request for Proposal Electronic Health Records and Practice Management Software PRE-BID MUST BE RECEIVED BY 9:00 a.m., November 5, 2014 1 NOTICE TO VENDORS CHA is seeking proposals for the purchase, delivery,

More information

TENDER RULES FOR SALE OF 88% OF CAPITAL OF THE COMPANY ALUMINIJ D.D. MOSTAR

TENDER RULES FOR SALE OF 88% OF CAPITAL OF THE COMPANY ALUMINIJ D.D. MOSTAR BOSNA I HERCEGOVINA FEDERACIJA BOSNE I HERCEGOVINE AGENCIJA ZA PRIVATIZACIJU U FEDERACIJI BOSNE I HERCEGOVINE BOSNIA AND HERZEGOVINA FEDERATION OF BOSNIA AND HERZEGOVINA AGENCY FOR PRIVATIZATION IN FEDERATION

More information

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 RFQ Bailey Cove Transmission Main - Phase 1 REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 Consulting Engineering Services Huntsville Utilities (HU), is accepting Statements of Qualifications

More information

INVITATION TO TENDER TENDER FORM

INVITATION TO TENDER TENDER FORM INVITATION TO TENDER 09-07-2025 TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing

More information

2. Do you have any final geotechnical report for the proposed property? Yes, See attached. More to come.

2. Do you have any final geotechnical report for the proposed property? Yes, See attached. More to come. Request for Proposals (RFP) for Construction Management at Risk Services for Austin Road Master Planning Including New East Barrow High School Phase 1 Project Addendum #1 Dated 9.24.2018 Page 1 See questions

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Standard Form Project Agreement (hub DBFM Projects)

Standard Form Project Agreement (hub DBFM Projects) Standard Form Project Agreement (hub DBFM Projects) Version 2: June 20122.1: October 2013 . THIS STANDARD FORM PROJECT AGREEMENT MUST BE USED IN CONJUNCTION WITH THE STANDARD PROJECT AGREEMENTS USER S

More information

General conditions of contract for the supply of plant and machinery

General conditions of contract for the supply of plant and machinery General conditions of contract for the supply of plant and machinery 1. General 1.1 The contract shall be deemed to have been entered into upon receipt of supplier's written acknowledgement stating its

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

More information

Request for Tender The Owners Corporation of Units Plan 2413 Landmark Strata and Building Management Services

Request for Tender The Owners Corporation of Units Plan 2413 Landmark Strata and Building Management Services Request for Tender The Owners Corporation of Units Plan 2413 Landmark Strata and Building Management Services TABLE OF CONTENTS SECTION 1 - INFORMATION ADVICE TO TENDERERS... 2 SECTION 2 - SCOPE OF SERVICES...

More information

AGREEMENT FOR ENGINEERING SERVICES. J.R.MacKenzie, P.Eng Goodlad Street Burnaby, BC, V5E 2H9 (herinafter called ENGINEER)

AGREEMENT FOR ENGINEERING SERVICES. J.R.MacKenzie, P.Eng Goodlad Street Burnaby, BC, V5E 2H9 (herinafter called ENGINEER) AGREEMENT FOR ENGINEERING SERVICES This Agreement made this 16 day of January, 2016 between: (herinafter called CLIENT) J.R.MacKenzie, P.Eng. 7916 Goodlad Street Burnaby, BC, V5E 2H9 Canada (herinafter

More information

Gozo Channel Company Limited The Brokerage, Level 2, St. Martha Street, Victoria, Gozo

Gozo Channel Company Limited The Brokerage, Level 2, St. Martha Street, Victoria, Gozo DEPT. REF: CONCESSION FOR THE PROVISION OF ADVERTISING SERVICES ON COMPANY PRE-PRINTED FERRY TICKETS Date Published: 7 November 2014 Closing Date: 5 December 2014 at 10:00am CET IMPORTANT: Free of Charge

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

Between the Danish Transport and Construction Agency and XX concerning the delivery of an examination system for the aviation area

Between the Danish Transport and Construction Agency and XX concerning the delivery of an examination system for the aviation area Draft Agreement/Contract Between the Danish Transport and Construction Agency and XX concerning the delivery of an examination system for the aviation area May 2016 3 Draft Agreement/Contract Contents

More information

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 Room No. 703, 7 th Floor, BMTC Building, 80 ft Road, Near Pass Port Office, Koramangala, Bangalore 560095. F. No. CIT (TP)/BNG/CSS/MTS/02/2016-17

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REPÚBLICA DEMOCRÁTICA DE TIMOR-LESTE COMISSAO NACIONAL DE APROVISIONAMENTO Rua dos Direitos Humanos, Dili, Timor Leste REQUEST FOR PROPOSALS CONSULTING SERVICES FOR CONSTRUCTION SUPERVISION FOR THE UPGRADING

More information

Request for Tenders for the Provision of Actuarial Services to The Health Insurance Authority

Request for Tenders for the Provision of Actuarial Services to The Health Insurance Authority Request for Tenders for the Provision of Actuarial Services to The Health Insurance Authority Completed tenders must be received no later than 12 noon on 23 November 2015 Contents Part 1: Introduction

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

CHAPTER 14 SPECIALIST COMPANIES

CHAPTER 14 SPECIALIST COMPANIES CHAPTER 14 SPECIALIST COMPANIES Contents This chapter sets out the conditions for listing and the information which is required to be included in the listing document for securities of specialist companies

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES PROPOSAL DUE: May 23, 2017 City of Oceanside Engineering Division 300 North Coast Highway Oceanside, CA, 92054 (760)

More information

REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA)

REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) TENDER NO. PPRA/23/ 2016 2017 SUBMISSION DEADLINE 11 TH APRIL, 2017

More information

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents. Administrative Procedure 515 FACILITIES AND MAINTENANCE TENDERING Background Golden Hills School Division believes in purchasing goods and services at competitive prices, treating suppliers fairly and

More information

1 In these Domestic Sub-Contract Conditions the following expressions and terms shall have the meanings given below:

1 In these Domestic Sub-Contract Conditions the following expressions and terms shall have the meanings given below: DOMESTIC SUB-CONTRACT CONDITIONS These are the Domestic Sub-Contract Conditions referred to by the Articles of Agreement to which they are attached. In the event that these Domestic Sub-Contract Conditions

More information

DRAFT CONTRACT FOR PENWITH LANDSCAPE PARTNERSHIP FARMING FUTURES PROJECT 3.2 PROJECT DELIVERY

DRAFT CONTRACT FOR PENWITH LANDSCAPE PARTNERSHIP FARMING FUTURES PROJECT 3.2 PROJECT DELIVERY Appendix 3: DRAFT CONTRACT FOR PENWITH LANDSCAPE PARTNERSHIP FARMING FUTURES PROJECT 3.2 PROJECT DELIVERY Between Client and Contractor Services/Works Ref.: PLP 3.2-001 This agreement is made on the [insert

More information

ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement

ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement ETF PUBLIC PROCUREMENT Guidelines for ETF public procurement Contents 1. Introduction 3 1.1 Types of tendering procedure 3 1.2 Participants in ETF tendering procedures 3 2. Preparing tenders 4 2.1 Supporting

More information

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES FOR SALARY ACCOUNT HOLDERS OF STATE BANK OF INDIA EOI REFERENCE NO. SBI/PB/G&ITU/2018-19/185

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

State of Israel Ministry of Construction and Housing Strategy & Planning Policy Department

State of Israel Ministry of Construction and Housing Strategy & Planning Policy Department Jerusalem 23 March 2016 Ref. No: 2016032302272 Call for Proposals from Foreign Construction Companies For the Execution of Construction Works for Residential Housing in Israel 1. General Apartment prices

More information

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

Responses to the Bidder Queries

Responses to the Bidder Queries Responses to the Bidder Queries 1. RFP 1.2 (X), page no-11 2. RFP 1.7, page no-13 3. RFP 1.10, page no-14 Request for proposals Bid Security and Performance Security Bid Parameter 4. RFP, page no-9 Schedule

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

SUBCONTRACT FOR LABOUR ONLY ENGINEERING AND CONSTRUCTION WORKS (September 2005) (Second Edition of CIDB document 1016)

SUBCONTRACT FOR LABOUR ONLY ENGINEERING AND CONSTRUCTION WORKS (September 2005) (Second Edition of CIDB document 1016) SUBCONTRACT FOR LABOUR ONLY ENGINEERING AND CONSTRUCTION WORKS (September 2005) (Second Edition of CIDB document 1016) Construction Industry Development Board Tel: 012 343 7136 or 012 481 9030 Fax: 012

More information

for Developing and Implementing Quality Management System (ISO)

for Developing and Implementing Quality Management System (ISO) Health Authority Abu Dhabi REQUEST FOR PROPOSALS for Developing and Implementing Quality Management System (ISO) RFP # no.: 03/CS/HAAD/PT/2010 Bid issue date: February 18, 2010 Deadline for submission

More information

Scottish Conditions of Appointment of an Architect SCA/2014 (Apr 2015)

Scottish Conditions of Appointment of an Architect SCA/2014 (Apr 2015) SCA/201 (Apr 2015) Definitions Where the defined terms are used in the SCA/201 (Apr 2015) they are distinguished by an initial capital letter. Appointment The agreement between the Client and the Architect

More information

TERMS AND CONDITIONS GOVERNING SINGAPORE GOVERNMENT SECURITIES

TERMS AND CONDITIONS GOVERNING SINGAPORE GOVERNMENT SECURITIES 1 Eligibility All transactions in Singapore Government Securities ( SGS ) including all contracts for the purchase or sale of SGS in the primary and secondary market (collectively SGS ) will be processed

More information

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 Contract NC-05: Design, Fabrication, Supply and Erection of Pre-Engineered Stell Building for Greater Noida Depot of Noida- SUMMARY SHEET (ADDENDUM NO.-3)

More information

Any additional services not detailed in the Quotation, and the price is subject to variation to take account of changes in any exclusions.

Any additional services not detailed in the Quotation, and the price is subject to variation to take account of changes in any exclusions. STANDARD TERMS & CONDITIONS for QUOTATIONS. Bitu-mill (Road Maintenance) Pty Ltd, Bitu-mill (Civil) Pty Ltd, Bitu-mill Services Pty Ltd and Bitu-mill Equipment Pty Ltd ( Bitu-mill ) These terms and conditions

More information

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE Tender Number: PW # 4-18 Sealed Tenders will be received by: Corporation of the Township of Ryerson 28 Midlothian Road, R R # 1 Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date & Time: Opening

More information

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender West Bengal Renewable Energy Development Agency Draft General Terms & Conditions of the Tender (1) (a) The Tender shall be submitted in triplicate in 3 (three) separate Sealed Covers (COVER-I, II & III)

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard

More information

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON 17.07.2012 Registrar THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the

More information

REQUEST FOR PROPOSAL PROVISION OF EXTERNAL INFORMATION SYSTEM AUDIT SERVICES GDC/RFP/ARC/027/2017:2018

REQUEST FOR PROPOSAL PROVISION OF EXTERNAL INFORMATION SYSTEM AUDIT SERVICES GDC/RFP/ARC/027/2017:2018 REQUEST FOR PROPOSAL PROVISION OF EXTERNAL INFORMATION SYSTEM AUDIT SERVICES GDC/RFP/ARC/027/2017:2018 CLOSING DATE & TIME: 14 TH DECEMBER, 2017 AT 2.00PM (1400HRS) Geothermal Development Company Ltd (GDC)

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Financial Services Purchasing and Payment Unit REQUEST FOR QUOTATION Title Email address: bids@gwemail.ryerson.ca Date April 19, 2011 Telephone Number (416) 979-5000 ext. 6988 Solicitation Number Fax Number

More information

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan Bid Ref: JUBA/PP-SDOC/ITB-2010/057 (Re-Bid) 17th September 2010 Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

More information

TERMS OF REFERENCE TULINDE TUSOME PROJECT IN KILIFI AND KWALE, KENYA ENVIRONMENTAL IMPACT ASSESSMENT. Programme department, Plan International Kenya

TERMS OF REFERENCE TULINDE TUSOME PROJECT IN KILIFI AND KWALE, KENYA ENVIRONMENTAL IMPACT ASSESSMENT. Programme department, Plan International Kenya TERMS OF REFERENCE TULINDE TUSOME PROJECT IN KILIFI AND KWALE, KENYA ENVIRONMENTAL IMPACT ASSESSMENT Project Name Tulinde Tusome Start date of the Action 08/02/2016 End date of the Action 11/03/2016 Contracting

More information