REQUEST FOR PROPOSALS (RFP) Sterile Compounding Services. for. Department of Health and Community Services. Government of Newfoundland and Labrador

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS (RFP) Sterile Compounding Services. for. Department of Health and Community Services. Government of Newfoundland and Labrador"

Transcription

1 REQUEST FOR PROPOSALS (RFP) Sterile Compounding Services for Department of Health and Community Services Government of Newfoundland and Labrador June 8, 2015

2 1.0 Summary of Key Information 1.1 Issue Date: June 8, Closing Date: June 30, 2015, 4:00 P.M. NL Time Submit Responses to: Government Purchasing Agency 30 Strawberry Marsh Road P.O. Box 8700 St. John s, NL A1B 4R4 Originals are required faxed or copies shall not be accepted 1.3 Inquiries All inquiries regarding this RFP shall be addressed in writing only to: Jacqueline Vickers 30 Strawberry Marsh Road St. John s, NL A1B 4R4 Fax: (709) or via at 1.4 Proposals must be signed and shall include: One (1) original proposal. The original shall be left unbound and clearly marked ORIGINAL on the title page. One (1) electronic copy of the proposal Proposals should also include four (4) copies, one of which should be unbound. All copies should be clearly marked COPY. 2.0 Schedule of Events 2.1 Event Summary June 8, 2015 June 30, 2015 RFP Issue Date RFP Closing Date 2.2 Closing Date All copies of the proposal in the formats as specified above are to be submitted on the date and at

3 the location specified in the Summary of Key Information in Section Evaluation Proposals will be evaluated according to the evaluation criteria defined in Section 4.3. Proposals which fail to meet any of the mandatory requirements will be disqualified without further consideration. Proposals must achieve a Total Overall Minimum Score of 70, with a minimum score of 40 under the Section Bidder Requirements in order to receive further consideration. 2.4 RFP Terminology Terminology contained in this RFP shall have the following meanings: business day means any day other than Saturday, Sunday or statutory holiday in the Province of Newfoundland and Labrador. "contractor" means the successful bidder whose proposal has been accepted and who enters into a written contract with the Province, DHCS, HCS or department means the Department of Health and Community Services, "must", shall, will, "mandatory", "required", "essential", etc. means a requirement that needs to be met in order for the proposal to receive consideration, "NL", Province of Newfoundland and Labrador, means Her Majesty the Queen in Right of the Province of Newfoundland and Labrador and includes the Department, "NLPDP", means the Newfoundland and Labrador Prescription Drug Program, "NLPB", means the Newfoundland and Labrador Pharmacy Board, Insurance Division means the section of the Pension and Group Insurance Administration Division of the Human Resource Secretariat, Executive Council that is responsible to administer the group insurance program for government employees and retirees, "should", "desirable", is requested to, etc. means a requirement having a significant degree of importance to the objectives of the Request for Proposal, USP Chapter <797> refers to the United States Pharmacopeia (USP) General Chapter <797> Pharmaceutical Compounding Sterile Preparations which sets practice standards to help ensure that sterile compounded preparations are of high quality, bidder means a company able to prepare sterile compounded products and will be able to submit beneficiary claims for real time adjudication. 3.0 Introduction and Scope 3.1 Purpose This Request for Proposal (RFP) is being issued to inform the Newfoundland and Labrador community pharmacy sector of a health services opportunity with HCS and to solicit proposals from interested parties. The purpose of the RFP is to obtain the services of a contractor or contractors with the relevant

4 experience and qualifications to prepare, dispense and distribute sterile compounded products to the following hospitals in the province: The Health Sciences Centre in St. John s, Western Memorial Hospital in Corner Brook, the Central Newfoundland Regional Health Centre in Grand Falls and the James Paton Memorial Hospital in Gander. This list is subject to change. The scope of this health service is described in Section 3.4 Scope of Work. 3.2 Term of Contract The term of the agreement shall be for a period of three (3) years with an option to renew for two additional terms of a period of up to one (1) year at the same prices, terms and conditions upon agreement by both parties. The Department also reserves the right at its own discretion to renew the agreement on a month by month basis at the end of the initial three (3) year term, not exceeding a period of six (6) months, in the event the contractor declines to renew the agreement. At the end of the initial three (3) year term, the parties shall have the option to negotiate a price increase at the request of the contractor. Such increase shall not exceed the increase in the Consumer Price Index (CPI) for the year preceding the year the price is renegotiated. The department also reserves the right to engage an additional contractor at any time during the period of the agreement if it is determined that it is warranted by an increase in volumes. 3.3 Termination The Agreement may be terminated by either Party upon the occurrence of any of the following events: (a) Upon written notice to either Party by the other Party in the event there is a material breach of any provision of the Agreement and fails to remedy the breach within fifteen (15) calendar days; (b) Immediately on notice upon the occurrence of: the insolvency of either Party, or the appointment of a receiver for either Party, over all or any substantial part of its properties; or the adjudication of either Party as bankrupt; or the admission of either Party in writing of its inability to pay its debts as they become due; or any agency/department of Canada or Newfoundland and Labrador: (A) requiring the termination of the Agreement; or (B) requiring the Supplier to withdraw, suspend the sale of, or recall the Product from the entire Canadian market; or the Supplier deciding to withdraw, suspend the sale of, or recall the Product from the entire Canadian market.

5 Notwithstanding any other provision of the Agreement, the Agreement may be terminated by the Minister for any reason and without cause on thirty (30) calendar days prior written notice to the Supplier. Notwithstanding any other provision of the Agreement, the Agreement may be terminated by the Supplier on thirty (30) calendar days prior written notice in the event that the Minister makes a material change solely to the eligibility criteria governing NLPDP coverage of the service In the event that the Agreement is terminated for any reason, any amounts owed by the Supplier to the Minister shall be paid by the Supplier to the Minister within forty-five (45) calendar days after the Minister presents, or causes to be presented, an invoice for such amount owed. 3.4 Background The Pharmaceutical Services Division (PSD) of the Department of Health is responsible for operating and coordinating pharmaceutical policy, programs and services including the Newfoundland and Labrador Prescription Drug Program (NLPDP). The mission of the NLPDP is to maintain and improve the health of Newfoundlanders and Labradoreans by promoting optimal drug therapy and by developing and managing programs which provide assistance with the cost of drugs for eligible residents. The NLPDP provides subsidized drug coverage for approximately 130,000 residents. They include low-income seniors, residents of nursing homes, clients in receipt of assistance from the Department of Advanced Education and Skills and others with certain medical conditions. The Insurance Division is responsible for the administration of the group insurance benefits program including drug formulary management. The program covers all government retirees plus active employees including crown agencies, health care institutions, and school boards. There are approximately 42,700 active members and retirees insured under this program. This number exceeds 93,000 when member dependents are included. Avastin (bevacizumab), Lucentis (ranibizumab) and Eylea (aflibercept) can be used for various ophthalmic conditions such as Age-Related Macular Degeneration (AMD). AMD is a common cause of sight loss in older people. Each year, 78,000 Canadians are diagnosed with AMD, a number expected to triple within the next 25 years. The projected utilization for sterile compounded ophthalmic medications across the province of Newfoundland and Labrador in will be in the range of units per month (with an average annual growth rate of 20%). The weekly volume is expected to fluctuate around this range based on ophthalmologists schedules, vacations, etc.

6 3.5 Scope of Work The contractor(s) will properly prepare, dispense and distribute compounded sterile Avastin, Lucentis, Eylea for ophthalmic use using aseptic techniques. The sterility of this finished product, as well as accuracy in the calculation and preparation of doses, is of the utmost importance to ensure patient safety. Required Activities: Receive prescription drug orders from designated licensed ophthalmologists working in Newfoundland and Labrador Receive for office use drug orders from designated licensed ophthalmologists working in NL for office use Prepare compounded Avastin,Lucentis, Eylea involving aseptic techniques to maintain the sterility of the medication vial and syringes, as outlined in the USP Chapter < 797> practice standards Properly label each finished product according to NLPB standards of practice, including beyond-use dating (expiry dating) Store finished products according to USP Chapter < 797> practice standards (including dedicated pharmacy refrigerator) Deliver to multiple locations across the province using a refrigerated carrier service appropriate for pharmaceutical products Maintain proper documentation as outlined by the NLPB and USP Chapter <797> Submit individual patient claims for beneficiaries of NLPDP/Insured Services Invoice beneficiaries for applicable co-payments Adhere to current laws, regulations and policies applicable to pharmacy practice as determined by the NLPB. Provide patient care and dispensing services to all patients, receive and address questions from patients, patient agents and ophthalmologists Meet the Service Level Agreement (SLA) attached as Appendix B. Finished Product: Avastin is required to be dispensed in single dose syringes as follows: 0.05 ml from a de-crimped (de-capped) vial of Avastin 100mg/4 ml or Avastin 400mg/16 ml will be drawn into a BD Ultra-Fine II 31-gauge, (8 mm) 3/10 cc syringes. Each syringe will be packaged in a tamper proof device and labeled as per the NLPB standards. The requirements are subject to change. Lucentis is required to be dispensed in single dose syringes as follows: 0.05 ml from a vial of Lucentis will be drawn into a BD Ultra-Fine II 31-gauge 3/10 cc syringe. Each syringe will be packaged in a tamper proof device and labelled as per the NLPB standards of practice. The requirements are subject to change.

7 Eylea is required to be dispensed in single dose syringes as follows: 0.05 ml from a vial of Eylea will be drawn into a BD Ultra-Fine II 31-gauge 3/10 cc syringe. Each syringe will be packaged in a tamper proof device and labelled as per the NLPB standards of practice. The requirements are subject to change. 3.6 Government of Newfoundland and Labrador Responsibilities The NLPDP/Insured Services program will reimburse the community pharmacy for each eligible Avastin, Lucentis and Eylea claim submitted for NLPDP beneficiaries. These claims will be subject to the current audit criteria. The NLPDP will not provide funding for equipment, materials, storage, construction of a sterile room or other expenditures to fulfill the requirements of this proposal. 4.0 Selection Criteria Proposals not meeting all mandatory requirements will be disqualified without further consideration. 4.1 Proposal Content and Format Bidders are requested to conform to the instructions given regarding proposal preparation, submission and format as outlined below in order to provide consistency in bidder response. The proposal should be structured as follows: Title Page Showing bidder name and address, closing date and time, telephone number, and contact person. Letter of Introduction One page, introducing and identifying the name of the bidder and signed by the person (s) authorized to sign on behalf of, and bind the bidder to statements made in response to this Request for Proposals. Table of Contents Include page numbers. Executive Summary Include a short non-technical, one or two-page summary of the key features of the proposal with the unit pricing information. Bidder Profile and Capability A corporate profile must be submitted. Concise, relevant information must be submitted to clearly identify the bidder s capability, skill set, and suitability. Each proposal should contain at least the following information:

8 a bidder profile including the correct legal name of the proposing entity and a brief history; NLPB Pharmacy License Number if applicable the bidder s fields of expertise, with emphasis on those relevant to this RFP; the number of pharmacy staff; number of years in business; hours of operation the legal name, brief history and fields of expertise of other subsidiaries under the same ownership. the legal name, brief history and fields of expertise of any proposed sub-contractors and a copy of the letter confirming the sub contractor s agreement to participate in the service; Details of any commercial relationships that exist with manufacturers of Avastin, Lucentis and Eylea any other relevant, supporting data that would be of assistance in evaluating a respondent's proposal. Response to Requirements: The bidder must clearly respond to the requirements described in the Detailed Bidder Requirements and Response Template table in Section 4.2. The bidder shall fill in the bidder response column of the table and include it with their response. The bidder must clearly respond to any requirement identified as Mandatory in the RFP Scoring Weight criteria, failure to do so will result in disqualification of the response. Price The bidder must provide one syringe (unit) price for all payers in NL (including licensed ophthalmologists) for the full duration of the contract. The price cannot be higher than the unit price in any other jurisdiction in Canada. The price quoted must be an all-inclusive price, including drug, preparation, dispense and delivery costs to the ophthalmologist. Financial Statements Bidders are advised that the department reserves the right to request financial information in the form of audited statements or other information it deems relevant, at its sole discretion, prior to awarding of a contract. Such information shall be provided to the department within 5 days of the date of request. Appendices Any additional pertinent information, value add, brochures, etc. may be included. 4.2 Detailed Bidder Requirements and Response Template The bidder must provide the following information based on the format provided below:

9 Proposals not meeting all mandatory requirement will be disqualified without further consideration. ID# Scoring Weight Requirements Mandatory Requirements 1.1 Mandatory Contractor must have the following: Recent (in the last 3 years) and continuous experience with the preparation of compounded sterile products, consistent with USP Chapter < 797> practice standards to maintain the safety of products for patient care (as described in section 3.4 Scope of Work) Bidder Response The response shall include at a minimum: The location of the compounding pharmacy The number of years of experience with preparing compounded sterile products Demonstrate that the proposed pharmacy complies with USP Chapter <797> The number of personnel trained and/or certified List of compounded sterile products prepared for other clients Description of the current day-today operations, practice and procedures with respect to compounding accuracy and sterility, including beyond-use dating (expiry dating) 1.2 Mandatory Pharmacy must have the following: List of personnel involved with preparing compounded sterile products who are properly trained and knowledgeable of practice standards, in all aspects of aseptic techniques including preparation and handling.

10 The response shall include at a minimum: The name of personnel trained and certified with associated date Description of the proposed personnel education and training, competency and evaluation, including frequency, as it relates to the preparation of compounded sterile products Description of proposed personnel s role and years of experience with the preparation of compounded sterile products Demonstrate that the proposed personnel comply with USP Chapter <797> Provide assurance that all pharmacists employed at the compounding pharmacy are licensed as required Provide résumés of proposed personnel in an Appendix 1.3 Mandatory Dedicated certified clean room with the necessary certified equipment and materials for proper preparation of compounded sterile products, packaging, handling and storage Ability to properly label each finished product according to NLPB standards of practice, including beyond-use dating (expiry dating) The response shall include at a minimum: Certification and maintenance of clean room and equipment Description of the current environment and equipment. Floor layout and/or photos can be included Demonstrate that the proposed pharmacy environment and equipment comply with USP

11 Chapter <797> Description of the current equipment sanitation and maintenance schedule as well as procedures as it relates to the preparation of compounded sterile products. Description of packaging and labeling of finished products Description of storage and handling of finished products within the pharmacy Description of packing of finished products for transit 1.4 Mandatory Pharmacy must demonstrate the following: Capability to produce the required volume of dose per week from the bidder s facility as described in section 3.4 Capability to meet growing demand as required from the bidder s facility as described in section 3.4 The response shall include at a minimum: Description of current utilization and potential volume capacity to prepare additional compounded sterile product(s) with regards to: your current environment and equipment your current trained staff Description of contingency plan if your pharmacy experiences interruption in services Description of contingency for staff turnover, sick leave and vacation Description of how your pharmacy would resolve an error in preparation, if they were to occur 1.5 Mandatory Pharmacy must demonstrate the following: Ability to dispense and deliver to

12 multiple locations in the province using a refrigerated carrier appropriate for pharmaceutical products, within 2 business days from the time of prescription drug order Ability to transport compounded sterile products via a cold chain carrier to all licensed ophthalmologists across Newfoundland and Labrador The response shall include at a minimum: Description of the transportation method proposed, including the assurance that the delivery of the finished product will be on time and kept at the right temperature until delivered to the licensed ophthalmologist(s), Description of a contingency plan in case of weather or other delays. 1.6 Mandatory The bidder must describe their current quality assurance programs and practices as it relates to the preparation of compounded sterile products to achieve the desired goal of purity, potency and sterility. The response shall include at a minimum: Personnel competency, environment monitoring, endproduct testing and process validation for sterility and accuracy Description of sterile compounding policies, processes and procedures Description of storage and beyonduse dating (expiry dating) Demonstrate that the proposed pharmacy quality assurance complies with USP Chapter <797> The response shall also describe:

13 How documentation is properly maintained How personnel are trained as well as continued competency assessment in compounded sterile preparation How clean room and equipment is maintained and calibrated including certification and maintenance schedule. How environment is maintained and tested What procedures to you have in place to ensure a high quality finished products is consistently produced. How the product quality and control are maintained after the finished product leaves the pharmacy How adverse events, side effects or product quality problems related to the finished products are to be reported and addressed 1.7 Mandatory Bidder must describe the proposed order life cycle comprised of: how ophthalmologist will transmit a valid prescription for product, How product will be delivered to the requesting ophthalmologist How NLPDP/Insured Services are billed How beneficiaries are billed and copayments are collected 1.8 Mandatory The bidder must provide beyond-use dating (expiry dating) proposed for the finished product. The response shall include at a minimum: The proposed beyond-use dating and supporting documentation as required for each unit once prepared. Capability to deliver the

14 finished product to the clinics within 2 days of preparation to maximize the beyond-use dating. 1.9 Mandatory The bidder must provide the same unit price (drug cost) for one single dose of compounded sterile Avastin Lucentis, Eylea to all payers in Newfoundland and Labrador (NLPDP, private plan, cash paying patients, for licensed ophthalmologists office use) for the duration of the contract. For NL residents without drug coverage for this product, the total costs for the prescription (drug cost, markup, and dispensing fee) must not exceed the total costs for the prescription reimbursed by NLPDP for the duration of the contract. Note: The unit price cannot be higher than the unit price in any other jurisdiction in Canada. The response shall include at a minimum: The proposed unit drug cost to all payers in NL. For NL residents without drug coverage for this product, provide the proposed drug cost, markup and dispensing fee. For authorized licensed ophthalmologists in NL, provide the proposed drug cost, markup and dispensing fee Mandatory The bidder shall provide references of the pharmacy s experience in providing similar services: The response shall include at a minimum:

15 Description of the sterile compounding service(s) Name of the reference organization Confirmation of the reference s willingness to be contacted by the Department of Health Name, title, and telephone number of the reference contact Beginning and end dates (monthyear) of the service 4.3 Evaluation Criteria The proposals will be evaluated on the following criteria and point rating system. Proposals not meeting all mandatory requirement will be disqualified without further consideration. Proposals must achieve a Total Overall Minimum Score of 70, with a minimum score of 40 under the Section Bidder Requirements in order to receive further consideration. Evaluation Criteria Proposal Bidder Profile Pharmacy Licensure, Experience, and Qualifications Bidder proposal's completeness, content and quality Bidder Requirements Personnel, Environment, Equipment, Capability, Delivery, QA, References Maximum Rating Beyond-Use Dating (Expiry Dating) 10 Unit Price 20 TOTAL

16 5.0 Terms and Conditions 5.1 INQUIRIES Address all inquiries in writing to (Jacqueline Vickers). Forward to: Government Purchasing Agency, 30 Strawberry Marsh Road, St. John s, Nl, A1B 4R4 or by fax to (709) Verbal responses to inquiries shall not be binding upon either party. Questions shall be answered in writing in the form of addenda. To ensure consistency and quality in the information provided to bidders the Department shall provide, by way of amendment to this tender in the form of an addendum to all bidders who have registered to receive amendments, any relevant information with respect to the tender inquiries received in writing without revealing the source of those inquiries. Bidders are cautioned that it is their responsibility to ensure that they receive all information relevant to this tender. The owner shall not be responsible for bidders who fail to inform themselves regarding the scope and nature of the work. Department shall publish all amendments to the tendering website at Suppliers may register on the tendering website to receive amendments automatically through or fax. Suppliers not registered to receive amendments are solely responsible for ensuring they are aware of and have complied with all amendments by tender closing time. 5.2 Notification of Changes All recipients of this RFP will be notified by way of addenda on the GPA website regarding any changes made by the Department to this document for purposes of clarification. 5.3 Changes to Proposal Wording There will be no changes in the wording of the proposal after submission and no words or comments shall be added to the general conditions or detailed specifications unless requested by the Department for purposes of clarification. 5.4 Additional Information Proposals may contain relevant information other than what is requested. Alternative solutions shall be submitted as a separate proposal in the same format and clearly identified as a complete and separate proposal. 5.5 Late Proposals Late proposals will not be accepted and will be returned unopened to the bidder. 5.6 Ownership of Proposals All documents submitted to the Department become the property of the Province. The bidder

17 should note that the Department is subject to the Access to Information and Protection of Privacy Act with regard to all proposals. 5.7 Bidder Expenses Prospective bidders are advised that they are solely responsible for any costs or expenses related to the preparation, submission, subsequent negotiation and any future processes related to the RFP process. 5.8 Negotiation Delay The Department reserves the right to negotiate with the highest scoring bidder and these negotiations may form part of the contract. If a written contract cannot be negotiated within sixty (45) days of notification to the designated bidder, the Department reserves the right at its own discretion to extend the negotiating period with that bidder, to cease negotiations with that bidder and initiate negotiations with the next highest scoring bidder, to re-issue the RFP, or to cancel the RFP in its entirety. 5.9 Indemnity The bidder will indemnify and save harmless the Province from and against all claims, demands, losses, damages, costs and expenses made against or incurred, suffered or sustained by the Province at any time or times (either before or after the expiration or sooner termination of this agreement) where the same or any of them are based upon or arise out of or from anything done or omitted to be done by the bidder or by any servant, employee, officer, director or subcontractor of the bidder pursuant to the contract Subcontracting Utilizing a sub-contractor (who must be clearly identified) to remedy deficiencies in the prime bidder's product or service is acceptable. This also includes a joint submission by two bidders having no formal corporate links. However, in this case, one of these bidders must be prepared to take overall responsibility for successful interconnection of the two product or service lines and this must be defined in the proposal. If sub-contractors are proposed, the prime bidder must submit a letter from each sub-contractor confirming that they agree to participate in the project Acceptance of Proposals This RFP should not be construed as a contract to purchase goods or services. The Department is not bound to accept the lowest price or any proposal of those submitted. Proposals will be assessed in light of the evaluation criteria. Subsequent to the submission of proposals, interviews and negotiations may be conducted with some of the bidders, but there shall be no obligation to receive further information, whether written or oral, from any bidder nor to disclose the nature of any proposal received. Any or all proposals shall not necessarily be accepted. The Department shall not be obligated in any manner

18 to any bidder whatsoever until a written contract has been duly executed relating to an approved proposal. Neither acceptance of a proposal nor execution of a contract shall constitute approval of any activity or development contemplated in any proposal that requires any approval, permit or license pursuant to any federal, provincial, regional district or municipal statute, regulation or by-law Definition of Contract Notice by issuance of a written purchase order/contract shall constitute a contract for the goods and/or services and no bidder shall acquire any legal or equitable rights or privileges whatever relative to the services until the occurrence of such an event Liability for Errors While the Department has used considerable efforts to ensure an accurate representation of information of this RFP, the information contained is supplied solely as a guideline for bidders. The information is not guaranteed or warranted to be accurate by the Department, nor is it necessarily comprehensive. Nothing in this RFP is intended to relieve bidders from forming their own opinions and conclusions in respect of the matters addressed in this document Acceptance of Terms All the terms and conditions of this RFP are assumed to be accepted by the bidders and incorporated in its proposal Contract Administrator A contract administrator will be assigned by the Province to oversee the contract awarded to the successful bidder Replacement Personnel If for any reason, bidder personnel become unavailable, the bidder must provide the Department with the same information as stipulated in Section 3.6 Resource Qualifications for replacement personnel. The Department reserves the right to approve or refuse any staffing changes to the originally agreed upon project staff Compliance with Laws The bidder shall give all the notices and obtain all the licenses and permits required to perform the work. The bidder shall comply with all the laws of the Province of Newfoundland and Labrador and of Canada that are applicable to the work or the performance of the contract Confidentiality and Security This document or any portion thereof may not be used for any purpose other than the submission of proposals.

19 The bidder must agree to maintain security standards consistent with security policies of the Department and the Province. These include strict control of access to data and maintaining confidentiality of information gained while carrying out its duties. The bidder and/or bidder personnel will be required to sign a confidentiality agreement. Information pertaining to any department obtained by the bidder as a result of participation in this project is confidential and must not be disclosed without written authorization from the department. The qualified respondents must agree not to issue any press releases in newspapers, radio and television, or in any other manner regarding this project without first obtaining the consent from the department Firm Pricing Proposals must be open for acceptance for at least 90 days after the closing date. Prices quoted in the proposals shall not change during the contract period. Bidders should consider quoted pricing as final and inclusive Intellectual Property Rights All supporting documentation and manuals submitted with this request for proposals, and subsequent documents, shall become the property of the Department of Health unless requested otherwise by the respondent at the time of submission. The bidder agrees to waive all rights (including moral rights), title and interest to the intellectual content of the initial proposal, subsequent documents and the final deliverables Currency and Taxes Prices quoted shall be: a) in Canadian dollars, b) inclusive of duty, c) with delivery FOB destination included, and d) exclusive of Goods and Services Tax and Harmonized Sales Tax.

20 6.0 Enquiry Contact Proponents requiring further information on this Request for Proposals should contact: For Procurement Jacqueline Vickers 30 Strawberry Marsh Road St. John s, NL A1B 4R4 (709) All enquiries are to be directed to the person(s), or his/her designate(s) named above. Information obtained from any other source is not official and may be inaccurate. Enquiries and responses may be recorded and may be distributed to all proponents at the Province's option. 7.0 Contract The successful bidder shall be required to sign a contract which reflects the duties, requirements and responsibilities outlined in this Request for Proposals.

Insurance Brokerage Services

Insurance Brokerage Services Request for Proposal Insurance Brokerage Services Request for Proposal No. 2017-11 Date of Issue: October 26, 2017 Proposal Submission Deadline: N o v e m b er 17, 2017 2:00 p.m. Closing Location: Attention:

More information

Request for Proposal Kelowna Office Renovation. Request for Proposals (RFP)

Request for Proposal Kelowna Office Renovation. Request for Proposals (RFP) Request for Proposals (RFP) Scope of Service RFP # RFP issued by Kelowna Office Renovation 2018RFP-25 First Nations Health Authority (FNHA) Issue date October 20, 2017 Closing date/time FNHA Contact Information

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

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

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS P.O. Box 186, Bella Coola, BC V0T 1C0 Phone (250) 799-5291 Fax (250) 799-5750 Email: info@ccrd-bc.ca REQUEST FOR PROPOSALS CENTRAL COAST REGIONAL DISTRICT and CENTRAL COAST REGIONAL HOSPITAL DISTRICT for

More information

Request for Proposal OCIO Provision of Professional Services TRIM Enterprise Deployment

Request for Proposal OCIO Provision of Professional Services TRIM Enterprise Deployment Request for Proposal OCIO.0809.003 Provision of Professional Services TRIM Enterprise Deployment Office of the Chief Information Officer Government of Newfoundland & Labrador Information Sheet Request

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

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

Request for Proposals (RFP)

Request for Proposals (RFP) Scope of Service RFP # RFP issued by Request for Proposals (RFP) PeopleSoft Financial systems enhancement project 2016RFP-16 First Nations Health Authority (FNHA) Issue date July 25, 2016 Amount N/A Closing

More information

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS For The Corporation of the City of Thunder Bay -- Corporate Information and Technology -- Legal Name of Firm Mailing Address City Postal

More information

AIF GENERAL CONDITIONS (Commercial Projects)

AIF GENERAL CONDITIONS (Commercial Projects) AIF GENERAL CONDITIONS (Commercial Projects) 1. Definitions For the purposes of this Agreement, Agreement means the agreement to which these General Conditions relate, consisting of Articles of Agreement

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Scope of Service RFP # RFP issued by Employment Engagement Survey 2018RFP-26 First Nations Health Authority (FNHA) Issue date November 22, 2017 Closing date/time Proposals must

More information

May 2, 2018 Page 1 of 8

May 2, 2018 Page 1 of 8 ALBERTA BLUE CROSS ONLINE SERVICES BILLING AGREEMENT Terms of Use ABC Benefits Corporation ( Alberta Blue Cross ) makes the Alberta Blue Cross Provider Online Services Web Site available solely for the

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information

MODIFICATIONS OR AMENDMENTS:

MODIFICATIONS OR AMENDMENTS: 1. GENERAL: These terms and conditions ("Terms") shall be applicable to any accompanying purchase order received by you ("Supplier") from Advanced Engineering, Inc. ("Purchaser"). The term "Goods and Services"

More information

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) 1.0 REQUEST FOR PROPOSALS SUMMARY Through this Request

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Pest Control Services

Pest Control Services Pest Control Services Quotation #276 Issue Date: Friday, September 1, 2017 Jan Romer, Buyer Issued by: The Thames Valley District School Board Return Date: 4:00:00 pm, local time, Friday, September 15,

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

REQUEST FOR PROPOSALS ( RFP ) ACTUARIAL SERVICES TO THE NEW BRUNSWICK INSURANCE BOARD

REQUEST FOR PROPOSALS ( RFP ) ACTUARIAL SERVICES TO THE NEW BRUNSWICK INSURANCE BOARD 55 Union Street, Suite 600 Saint John, New Brunswick E2L 5B7 REQUEST FOR PROPOSALS ( RFP ) ACTUARIAL SERVICES TO THE NEW BRUNSWICK INSURANCE BOARD RFP Issue Date: June 1, 2012 RFP Closing Date and Time:

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

Request for Proposals

Request for Proposals Request for Proposals Development of Offsets Protocols For Compliance Purposes for the Management of Greenhouse Gas Act in Newfoundland and Labrador Government of Newfoundland and Labrador Department of

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

Request For Proposal (RFx) - Terms and Conditions

Request For Proposal (RFx) - Terms and Conditions CANADIAN PACIFIC RAILWAY COMPANY - and - [Supplier Invited to Submit a Proposal] ( PROPONENT ) For full and valuable consideration, a receipt and sufficiency of which is confirmed by a Proponent submitting

More information

COHPA PURCHASE ORDER TERMS AND CONDITIONS FOR MEDICAL EQUIPMENT AND DEVICES

COHPA PURCHASE ORDER TERMS AND CONDITIONS FOR MEDICAL EQUIPMENT AND DEVICES 1. INCORPORATION INTO PURCHASE ORDER These purchase order terms and conditions ( Terms ) are incorporated into any purchase order for any products (and related services) (collectively, Equipment ), that

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

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

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

REQUEST FOR PROPOSALS RFP. Subdivision and Development Appeal Board Manual Update and Training Sessions. Local Government Services

REQUEST FOR PROPOSALS RFP. Subdivision and Development Appeal Board Manual Update and Training Sessions. Local Government Services , Local Government Services Planning Unit 17th Floor, Commerce Place 10155 102 Street NW Edmonton, AB, T5J 4L4 REQUEST FOR PROPOSALS RFP Subdivision and Development Appeal Board Manual Update and Training

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE This INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE, entered into as of this date (the Agreement ), is by

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME REQUEST FOR TENDER No. 1717 GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME Issue date: February 10, 2016 Closing location: Purchasing Department 2020 Labieux Road Nanaimo,

More information

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1. REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1

More information

140 East Town Street Columbus, Ohio John J. Gallagher, Jr., Executive Director. REQUEST FOR PROPOSAL: Health Care Consulting Services

140 East Town Street Columbus, Ohio John J. Gallagher, Jr., Executive Director. REQUEST FOR PROPOSAL: Health Care Consulting Services 140 East Town Street Columbus, Ohio 43215 John J. Gallagher, Jr., Executive Director REQUEST FOR PROPOSAL: RFP Number: 090815-02 September 8, 2015 NOTICE EXCEPT AS NOTED IN THIS REQUEST FOR PROPOSAL: HEALTH

More information

The State of West Virginia Bureau for Medical Services

The State of West Virginia Bureau for Medical Services The State of West Virginia Bureau for Medical Services Request for Quotation MED12003 Automated Prior Authorization Services Receipt Location: WV Department of Health and Human Resources Office of Purchasing

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

Request for Proposal for Construction Management Services

Request for Proposal for Construction Management Services Request for Proposal for Construction Management Services FOR KITCHENER PUBLIC LIBRARY HEFFNER STUDIO ISSUE DATE: Monday, March 12, 2018 PROPOSALS DUE: Tuesday, April 3, 2018 Table of Contents 1. Definitions...

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

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

CHILD CARE SERVICES CONTRACT

CHILD CARE SERVICES CONTRACT Agreement Number 1006.03-SCD- Charged to 11.71.520300200-8604000 CHILD CARE SERVICES CONTRACT (the Agreement ) Vancouver Island Health Authority (South Island) Child & Family Rehabilitation Services (the

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Scope of Service RFP # RFP issued by SharePoint Support Services 2018RFP-32 First Nations Health Authority (FNHA) Issue date November 22, 2017 Closing date/time Proposals must

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F18-047891 Information Technology Strategic Plan Carolyn Tripp January, 2015 Chief Administrative Officer The Corporation of the Town

More information

Promote the entry of competitive Alberta technology-oriented SMEs into the global market;

Promote the entry of competitive Alberta technology-oriented SMEs into the global market; INTRODUCTION The Micro-Voucher Program, Voucher Program and Product Demonstration Program (collectively, the Programs ) have been designed to support innovation and creative problem solving in the Alberta

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

Columbia Public Schools Columbia, Missouri

Columbia Public Schools Columbia, Missouri FOR THE S Columbia Public Schools Columbia, Missouri RFP # C-10025 Invitation For Request For Proposal THIRD PARTY ADMINISTRATOR TO MANAGE THE SCHOOL DISTRICT ADMINISTRATIVE CLAIMING and ADMINISTRATION

More information

NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS

NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS By submitting a proposal in response to the Agency Request for services, the bidder certifies that

More information

FOLLOW-UP SERVICE TERMS

FOLLOW-UP SERVICE TERMS FOLLOW-UP SERVICE TERMS These Follow-Up Service Terms (i) govern Follow-Up Service performed by UL Contracting Party for the Client, also sometimes referred to as Subscriber, with respect to a Product,

More information

MULTI-SECTOR SERVICE ACCOUNTABILITY AGREEMENT April 1, 2018 to March 31, 2019

MULTI-SECTOR SERVICE ACCOUNTABILITY AGREEMENT April 1, 2018 to March 31, 2019 MULTI-SECTOR SERVICE ACCOUNTABILITY AGREEMENT April 1, 2018 to March 31, 2019 SERVICE ACCOUNTABILITY AGREEMENT with CITY OF TORONTO LONG-TERM CARE HOMES & SERVICES Effective Date: April 1, 2018 Index to

More information

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

REQUEST FOR PROPOSAL FOR PREMIUM SPIRITS UNITS 4 NSLC RETAIL STORES NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA

REQUEST FOR PROPOSAL FOR PREMIUM SPIRITS UNITS 4 NSLC RETAIL STORES NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA REQUEST FOR PROPOSAL FOR PREMIUM SPIRITS UNITS 4 NSLC RETAIL STORES NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA NSLC REFERENCE NO: CN-41-I-12 Closing Location: Nova Scotia Liquor

More information

Request for Proposal

Request for Proposal Request for Proposal Animal Shelter Contracted Service PE-24-2108-01 Lac La Biche County Proposal Closing Date and Time: Proposals must be received by March 14, 2018 at 4:30pm. Attention: John H. Kokotilo

More information

PURCHASE ORDER QUALITY CLAUSES

PURCHASE ORDER QUALITY CLAUSES Operational Document: SQD-741-01 Rev: H Page 1 Right of Access Steelville Manufacturing Co. (SMC), the SMC Customer(s), and Government and Regulatory agencies purchasing the end product shall be allowed

More information

2 CONTRACT 3 SPECIFIC ITEMS INCLUDED AND EXCLUDED FROM QUOTE. Balclutha. Cromwell

2 CONTRACT 3 SPECIFIC ITEMS INCLUDED AND EXCLUDED FROM QUOTE. Balclutha. Cromwell TERMS OF TRADE 1 DEFINITIONS (a) Quote means the quotation provided by Balcrom for the supply of Products. (b) Products means all goods and materials provided by Balcrom to the Customer under the Contract.

More information

Professional Services Agreement

Professional Services Agreement Professional Services Agreement Agreement No.: Project Name: File: This Agreement, made this day of in the year Two Thousand and. Between: And The Government of Saskatchewan as represented by (insert government

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

FIELD CERTIFICATION SERVICE TERMS FOR CANADA

FIELD CERTIFICATION SERVICE TERMS FOR CANADA FIELD CERTIFICATION SERVICE TERMS FOR CANADA These Field Certification Service Terms govern Field Certification Services performed by UL Contracting Party for the Client (also sometimes referred to as

More information

AKD TIMBER TRADING PTY LTD ACN TERMS OF SALE

AKD TIMBER TRADING PTY LTD ACN TERMS OF SALE AKD TIMBER TRADING PTY LTD ACN 623 057 429 TERMS OF SALE 1 Definitions 1.1 In this Agreement: (1) terms defined in the Credit Application have the same meaning when used unless the context requires otherwise;

More information

Request for Proposal Contractor for Kitasoo Manor Roof Project. Request for Proposals (RFP)

Request for Proposal Contractor for Kitasoo Manor Roof Project. Request for Proposals (RFP) Request for Proposal Contractor for Kitasoo Manor Roof Project Scope of Service RFP # RFP issued by Request for Proposals (RFP) Contractor for Kitasoo Manor RCABC warrantied Roof Replacement Project 2018RFP-40

More information

Request for Quotations. For. Supply of Crawler Tractors. Request for Quotations No.: Q170614PW. Issued: June 22, 2017

Request for Quotations. For. Supply of Crawler Tractors. Request for Quotations No.: Q170614PW. Issued: June 22, 2017 Request for Quotations For Supply of Crawler Tractors Request for Quotations No.: Q170614PW Issued: June 22, 2017 Submission Deadline: July 14, 2017 at 14:00:00 hrs Alberta time Posted to: Alberta Purchasing

More information

Request for Proposal Health Attitudes and Beliefs Research. Request for Proposals (RFP)

Request for Proposal Health Attitudes and Beliefs Research. Request for Proposals (RFP) Scope of Service RFP # RFP issued by Request for Proposals (RFP) Health Attitudes and Beliefs Research 2018RFP-38 First Nations Health Authority (FNHA) Issue date January 3, 2018 Closing date/time Proposals

More information

Town of Whitby Terms and Conditions

Town of Whitby Terms and Conditions Town of Whitby Terms and Conditions Part B - Standard Terms and Conditions 1. Definitions Town - The Corporation of the Town of Whitby, its successors and assigns. Bidder - The person, firm or corporation

More information

Invitation to Quote ADM Golden Raven Marketing Program Review

Invitation to Quote ADM Golden Raven Marketing Program Review Invitation to Quote ADM-16-01 The Regional District of Fraser-Fort George is seeking quotations from qualified vendors to conduct an assessment of the Golden Raven Cultural Marketing Program. Three (3

More information

Medical Transcription Service Agreement (Applicable to you if you signed up for DRT service)

Medical Transcription Service Agreement (Applicable to you if you signed up for DRT service) Medical Transcription Service Agreement (Applicable to you if you signed up for DRT service) This agreement for medical transcription service (hereinafter referred to as Agreement ) delineates the working

More information

West Virginia Board of Risk and Insurance Management RFP#: RIM

West Virginia Board of Risk and Insurance Management RFP#: RIM REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RFP#: RIM 102310 TABLE OF CONTENTS Section 1: Section 2: Section 3: Section 4: Section 5: General Information Project Specifications

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

STANDARD TERMS AND CONDITIONS

STANDARD TERMS AND CONDITIONS 1. Rejection of Bids Bids with one or more of the following may be declared informal and/or disqualified and/or rejected: a) Bids that do not comply strictly with all terms and conditions of the Bid Solicitation

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

Direct Debit Authorization Form (Credit Cards)

Direct Debit Authorization Form (Credit Cards) Direct Debit Authorization Form (Credit Cards) Principal Logo Reference ID Principal Name 1. CUSTOMER INFORMATION * This is a mandatory field. 3. CREDIT CARD DETAILS * This is a mandatory field. First

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

MULTI-SECTOR SERVICE ACCOUNTABILITY AGREEMENT April 1, 2018 to March 31, 2019 SERVICE ACCOUNTABILITY AGREEMENT. with. Ontario Brain Injury Association

MULTI-SECTOR SERVICE ACCOUNTABILITY AGREEMENT April 1, 2018 to March 31, 2019 SERVICE ACCOUNTABILITY AGREEMENT. with. Ontario Brain Injury Association MULTI-SECTOR SERVICE ACCOUNTABILITY AGREEMENT April 1, 2018 to March 31, 2019 SERVICE ACCOUNTABILITY AGREEMENT with Ontario Brain Injury Association Effective Date: April 1, 2018 Index to Agreement ARTICLE

More information

Insert heading depending. Insert heading depending on line on line length; please delete cover options once

Insert heading depending. Insert heading depending on line on line length; please delete cover options once Insert Insert heading depending Insert heading depending on line on line length; please delete on NHS on line length; line Standard length; please Contract please delete delete other other cover cover

More information

WYOMING MEDICAID SUPPLEMENTAL DRUG REBATE AGREEMENT

WYOMING MEDICAID SUPPLEMENTAL DRUG REBATE AGREEMENT SSDC WYOMING MEDICAID SUPPLEMENTAL DRUG REBATE AGREEMENT 1. PARTIES/PERIOD This Agreement is made and entered into this 1 st day of January, 2012, by and between the State of Wyoming (State), represented

More information

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION REQUEST FOR PROPOSAL RETIREE HEALTH INSURANCE PROGRAM CONSULTING SERVICES I. INTRODUCTION This Request for Proposal ( RFP ) is being released by the Chicago Teachers Pension Fund ( CTPF) to solicit proposals

More information

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING REQUEST FOR PROPOSAL NUMBER 2014-01 WRITTEN PROPOSALS DUE BY Friday, August 16, 2013-3:30 PM Superior Court of

More information

REQUEST FOR APPLICATION

REQUEST FOR APPLICATION Parks and Recreation Division Department of Lands and Forestry 15 Arlington Place (Suite 7), 2nd Floor Truro, Nova Scotia B2N 5B8 Rev 141223 REQUEST FOR APPLICATION Non-Food Concession Opportunities in

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

Whereas the Contractor has entered into an agreement (the "Prime Contract") dated the, 20 with:

Whereas the Contractor has entered into an agreement (the Prime Contract) dated the, 20 with: SUBCONTRACT Job AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR This subcontract agreement (the "Agreement") made on this day of, 20. between: Aim Waste Management Inc. 400 Jones Road Stoney Creek, ON L8E

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, L9V 0G8 TENDER FOR LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT-2017-03 TENDER BIDS - on forms as supplied by the

More information

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FOR THE PROVISION OF THE STUDY AND ANALYSIS OF POLICING SERVICES MIDLAND POLICE SERVICE AND OPP FILE # F18-051116 Andrea Fay May 16, 2016

More information