BANK OF MAURITIUS REQUEST FOR PROPOSAL (RFP) Consultancy Services for the Implementation of IFRS 9 by. Bank of Mauritius

Size: px
Start display at page:

Download "BANK OF MAURITIUS REQUEST FOR PROPOSAL (RFP) Consultancy Services for the Implementation of IFRS 9 by. Bank of Mauritius"

Transcription

1 BANK OF MAURITIUS REQUEST FOR PROPOSAL (RFP) Consultancy Services for the Implementation of IFRS 9 by Bank of Mauritius MARCH 2018

2 1 BID Information Sheet 4 2 INTRODUCTION STATEMENT OF PURPOSE STATEMENT OF INTENT... 6 PART A - SUPERVISION DIVISION.. 6 A CONTEXT OF ASSIGNMENT... 6 A.1 SCOPE AND DELIVERABLES... 6 A.1.1 TO CONDUCT A REVIEW AND ASSESSMENT... 6 A.1.2 TO UNDERTAKE IMPACT ASSESSMENT... 8 A.1.3 DEVELOPMENT OF MACROECONOMIC VARIABLES... 8 A.1.4 TRAINING AND KNOWLEDGE... 9 A.2 PROJECT DURATION PART B - ACCOUNTING AND BUDGETING DIVISION B CONTEXT OF ASSIGNMENT B.1 SCOPE AND DELIVERABLES B.1.1 TRANSFORMATION ROADMAP FOR TRANSITION TO IFRS B.1.2 CLASSIFICATION AND MEASUREMENT. 11 B.1.3 POLICIES, PROCESSES AND GOVERNACE FRAMEWORK B.1.4 MODEL DEVELOPMENT B.1.5 ACCOUNTING, FINANCIAL DESIGN AND REPORTING B.1.6 HEDGE ACCOUNTING B.1.7 TRAINING PLANS AND ONGOING ASSISTANCE B.2 PROJECT DURATION INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PRELIMINARIES AND GENERAL INFORMATION ELIGIBLE BIDDERS CONSULTANT PROFILE PAYMENT TERMS QUALIFICATIONS OF BIDDERS COST OF BIDDING CONTENTS OF BID DOCUMENT REQUEST FOR CLARIFICATIONS BID CURRENCIES VALIDITY OF BIDS AMENDMENT OF DOCUMENTS Page ii

3 3.12 FORMAT AND SIGNING OF BIDS SEALING AND MARKING OF BIDS DEADLINE FOR SUBMISSION OF BIDS MODIFICATION AND WITHDRAWALS OF BIDS PRESENTATION TO THE BANK PERFORMANCE BOND OR BANK GUARANTEE CONTRACT AGREEMENT AND GOVERNING LAW 20 4 NON-DISCLOSURE AND CONFIDENTIALITY 20 5 LIQUIDATED DAMAGES...21 Page iii

4 1 BID Information Sheet Name of Bid Consultancy Services for IFRS 9 Name of address of issuer Bank of Mauritius Sir William Newton Street Port Louis Mauritius Addressee Chairperson - Tender Committee Tender.Committee@bom.mu Closing date of bid 6 April 2018 Validity Period 150 days as from closing date of bid e-tendering Not Available Deadline for sending queries 23 March 2018 Bid Currency Mauritian Rupees (MUR) for local bidders and United States Dollar (USD) for foreign bidders Language of Bid English Page 4

5 2 INTRODUCTION Request for proposal (RFP) for the provision of Consultancy Services with respect to the Implementation of IFRS 9 by the Bank of Mauritius. 2.1 Statement of Purpose The Bank of Mauritius (Bank) is the Central Bank of the Republic of Mauritius. Its primary objective is to maintain price stability and to promote orderly and balanced economic development. Other objectives of the Bank are to regulate credit and currency in the best interests of the economic development of Mauritius and to ensure the stability and soundness of the financial system of Mauritius. The Bank is also responsible for the regulation and supervision of the operations and activities of financial institutions under its purview. For this purpose, the Bank may, from time to time issue instructions or guidelines or impose requirements on or relating to the operations and activities of financial institutions. In July 2014, the International Accounting Standards Board introduced the final version of International Financial Reporting Standards 9- Financial Instruments (IFRS 9) which addresses the classification, measurement, impairment and hedge accounting for financial instruments. In particular, IFRS 9 introduced an expected loss impairment model and replaced International Accounting Standard 39- Financial Instruments: Recognition and Measurement, which recognised the impairment of financial assets using an incurred loss model. IFRS 9 addresses the accounting for financial instruments and contains three main topics: classification and measurement of financial instruments, impairment of financial assets and hedge accounting. The effective date for the adoption of IFRS 9 was 1 January The Bank is responsible for the preparation and fair presentation of the financial statements in conformity with the accounting principles applicable to central banks and best international practices pursuant to section 31(1) of the Bank of Mauritius Act 2004 and in accordance with International Financial Reporting Standards. In a similar manner, the Bank needs to review its Accounting systems and processes for the purpose of implementing IFRS 9, with Date of Initial Application (DIA) being 1st July The Bank is seeking consultancy services for the implementation of the IFRS 9 for both the Supervision and Accounting and Budgeting Divisions ( the Project ). The requirements for the Supervision Division are elaborated in Part A of the bid documents while those for the Accounting and Budgeting Division are in Part B of the bid documents. The RFP document is not a recommendation, an offer or invitation to enter into a contract, agreement or any other arrangement, in respect of the services. The provision of the services is subject to observance of a selection process and appropriate documentation being agreed between the Bank and any successful bidder(s) as identified by the Bank, after completion of the selection process as detailed in this document. Page 5

6 2.2 Statement of Intent The general intent of this document is to identify the most qualified bidder(s) to assist the Bank of Mauritius ( BOM or Bank ) for the implementation of IFRS 9 for both the Supervision and Accounting and Budgeting Divisions. This document is meant for the exclusive purpose of Bidding as per the Specifications, Terms, Conditions and Scope indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued. PART A SUPERVISION DIVISION A. Context of Assignment The Bank has to set up a supervisory and regulatory framework for ensuring that financial institutions under its purview comply with the requirements of IFRS9 for preparation of their financial statements. The Bank will implement the above framework to, amongst others, review financial institutions existing systems, databases and related internal controls as well as models/tools used to accurately classify and measure financial instruments and to calculate impairment in line with IFRS 9. The Bank accordingly invites RFP from consultant(s) of international repute and proven track record for developing a supervisory and regulatory framework in view of the implementation of IFRS 9 by financial institutions under the purview of the Bank as per scope and deliverables detailed below. A.1 Scope and of Services A.1.1 To conduct a review and an assessment of the implementation of IFRS 9 by financial institutions licensed by the Bank. a) To collect information from financial institutions through surveys and/or through participation in meetings, workshops and other forums in order to evaluate: i) whether policies and procedures, risk management framework and governance adopted by financial institutions pertaining to the implementation of IFRS 9, are adequate; Page 6

7 ii) iii) iv) the impact of IFRS 9 on other accounting standards and its relative implications for financial institutions; the processes put in place by financial institutions to know the level, nature and components of credit risk upon initial recognition of the lending exposure and to ensure that subsequent changes in credit risk can be tracked and determined; the criteria adopted by financial institutions for classifying an asset under the different stages and the analysis conducted for transferring an asset from stage 3 to stage 2 and stage 2 to stage 1 and vice versa; v) the criteria considered by financial institutions for assessing the impact of forwardlooking information and macroeconomic factors; vi) vii) the basis used by financial institutions for creating groups of portfolios of exposures with shared credit risk characteristics; the Expected Credit Loss (ECL) assessment and measurement methods to be applied to each exposure or portfolio and the appropriateness thereof; viii) the appropriateness of the inputs, data and assumptions used in the allowance estimation process (such as historical loss rates, PD, LGD estimates and economic forecasts), how the life of an exposure or portfolio is determined (including how expected prepayments have been considered), the historical time period over which loss experience is evaluated, and any qualitative adjustments; ix) conditions that would generally lead to changes in ECL measurement methods, inputs or assumptions from period to period (eg the time horizon over which expectations to be formed would change; or the circumstances under which an exposure originally monitored on a collective basis would be removed from the group for individual assessment); x) the relevant internal and external factors that may affect ECL estimates, such as underwriting standards and industry, geographical, economic and political factors; xi) xii) the rationale used to assess and measure ECL; the financial institutions policies and procedures on write-offs, restructuring and recoveries of exposures; xiii) the validation process of the models used for ECL measurement (eg back tests); xiv) the process used for valuation of collateral in the computation of the ECL and provisions; xv) the overall adequacy of allowances. Page 7

8 b) To design appropriate supervisory tools with respect to the deliverables above and provide assistance to the Bank s staff in interpreting and analysing the results of the IFRS 9, impact appraisal by financial institutions from a regulatory point of view and its potential bearing on the stability and performance of the financial sector. The assistance should be adequately documented through the drafting of a manual. c) To carry out an impact analysis of IFRS 9 on financial institutions financial position and performance (including profit and capital). d) To review the adequacy of the comparatives (i.e financial statements of past year) A.1.2 To undertake impact assessment of IFRS 9 implementation on the Bank s current supervisory and regulatory framework. a) To conduct a gap analysis between the current regulatory framework for credit impairment and the requirements under IFRS 9. The gap analysis will consist of: i) an impact assessment of the requirements under IFRS 9 on the existing regulatory framework to identify any amendment to be made thereon; ii) a review of the existing Guideline on Credit Impairment Measurement and Income Recognition, Guideline on Public Disclosure of Information and Guideline on Credit Risk Management for the implementation of IFRS 9 and credit impairment returns submitted to the Bank. b) To provide the Bank with a report on the gap analysis, propose revisions to existing guidelines and develop appropriate supervisory tools pertaining to IFRS 9 to assist the Bank s staff for the oversight of financial institutions. c) To participate in meetings, workshops, videoconferences and other forums in view of providing guidance to the Bank s staff in assessing progress achieved in the IFRS 9 application by financial institutions and advising those institutions facing difficulties in their implementation efforts. d) To provide support on technical aspects post implementation of the supervisory framework. Page 8

9 A.1.3 To use information collected by the Mauritius Credit Information Bureau (MCIB) on an aggregate basis in view of developing macroeconomic variables (such as probability of default, loss given default and expected loss) for IFRS 9. a) To conduct an examination of data and information currently collected by the MCIB in view of determining their use and enhancement for macro-economic and default modelling; b) To conduct a gap assessment between the information available in the MCIB database and the requirements of IFRS 9; c) To draft a report on how the MCIB database may be used in the implementation of IFRS 9 by financial institutions; d) To build a roadmap to improve the collection of information by the MCIB and the leveraging of the information for the purpose of implementing IFRS 9. A.1.4 To provide training and knowledge transfer to the Bank a) To identify knowledge and skills gaps of staff involved in the supervision of financial institutions in view of the implementation of IFRS 9; b) To provide the Bank with a detailed capacity building programme to meet the training requirements of the staff encompassing all features of IFRS 9 and the deliverables. The programme should include the following; i) the duration of the training; ii) a general awareness session providing an overview of the requirements of the IFRS 9 for all levels of staff and management; iii) training on the supervisory and regulatory framework throughout the project implementation. iv) manual of procedures, including checklists, and learning materials for the ongoing monitoring of financial institutions and the assistance of staff during on-site examinations. c) The appropriate training manual should be provided to the Bank at mutually agreed stages; Page 9

10 d) The training programme should be conducted within the premises of the Bank; A.2 Project Duration The implementation of the project for the Supervision Division should last for a period of three years as from the award of the contract to the successful bidder. PART B ACCOUNTING AND BUDGETING DIVISION B. Context of Assignment The Bank is seeking consultancy services with respect to the technical and operational issues involved with the implementation of IFRS 9 at the Bank. The consultant will be expected to meet the undermentioned objectives a. Conduct a readiness assessment with regard to IFRS 9 requirements and develop a transformation roadmap to adopt the new requirements within stipulated timelines; b. Design and develop different work streams encompassing Classification & Measurement, Policy, Process and Governance, Model Development, Accounting & Financial reporting, Hedge Accounting and Training & Knowledge Transfer. In order to achieve the above objectives and functions, the following activities will, as a minimum, be required for the implementation of IFRS 9 by the Bank: (i) Assessment of the current state of affairs namely with regard to the Strategic Asset Allocation (SAA) adopted by the Bank, investment strategy, business models and the various investment portfolios. (ii) Classification and measurement for different financial assets. (iii) Assessment and enhancement of policies, processes and governance framework. (iv) Model identification and development for the computation of Expected Credit Loss (ECL) for different financial assets. (v) Assessment and enhancement to accounting and reporting requirements. (vi) Application of Hedge Accounting Valuation methodologies and advise on appropriate Accounting software/solutions. (vii) Develop training plans and conduct training/workshops. Page 10

11 B.1 Scope and of Services B.1.1 Transformation Roadmap for Transition to IFRS 9 a) To assess SAA, investment strategy, business model, various portfolios, low risk option and impairment estimation. b) To assess other financial assets. c) To produce a gap assessment and transformation plan. d) To produce a road map with clear milestones of deliverables and targets. B.1.2 Classification and Measurement a) To identify business model & cash flow characteristics to drive classification and measurement of all financial assets. b) To identify practical expedient method for assets with low risk. c) To conduct Solely Payments of Principal and Interest (SPPI) tests and Business Model tests on the domestic and foreign financial assets. d) To advise on possible scenarios for business models based on existing portfolio holdings and potential changes future financial assets might bring to the business model. e) To analyse the implications of assigning the individual financial assets of the Bank into Amortised Cost, Fair value through other comprehensive income (FVOCI) and Fair value through profit and loss (FVTPL) models. f) To document the process for ongoing SPPI & Business Model tests for future use. B.1.3 Policies, Processes and Governance Framework a) To review accounting policies with respect to IFRS 9 requirements and propose amendments, if any. b) To assess credit risk policy and advise on sound credit risk practices involved with the implementation and on-going application of ECL accounting frameworks. Page 11

12 c) To design standard operating procedures for IFRS 9 including internal controls that can be added to ensure operational effectiveness as well as efficiency. d) To advise on interaction and responsibilities between various divisions with regard to credit risk modeling approaches, impairment calculations, data management and governance. B.1.4 Model Development a) To review existing portfolio holdings to identity assets with low credit risk for practical expedient approach and high credit risks for impairment. b) To develop Impairment models for high risk financial assets based on the business model assessment for financial assets. c) To develop a sound statistical ECL model for 12 month and lifetime expected losses. d) To implement an ECL model for domestic and foreign assets and provide advice on sources of data such as macroeconomic data to be used in impairment models. e) To design the framework for the estimation of Probability of Default (PD), Loss Given Default (LGD) and Exposure at Default (EAD) for computation of Expected Credit Loss. f) Develop debit/credit value adjustments computation models. B.1.5 Accounting, Financial Design and Reporting a) To assess the impact of financial assets designation on financial position. b) To advise on accounting entries for reclassification and transition on adoption of IFRS 9. Also, to assess the chart of accounts and propose opening of new accounts, if any. c) To assist in updating the Bank s Accounting Procedures Manual and accounting workflows. d) To assist in setting out accounting policies and disclosures for the current period as well as comparative period notes. e) To provide guidance on additional schedules required to produce in financial statements when transiting and for subsequent reporting periods. Page 12

13 B.1.6 Hedge Accounting a) To conduct a comprehensive practical understanding of Hedge Accounting for derivatives for the Bank s staff. b) To assist in accounting for various derivatives instruments including but not limited to Interest Rate Swaps, Cross Currency Swaps, Swaps, Swaptions, Options (including both transaction related and time period related hedging), Currency Forwards, Interest Rate Caps and Floors, Futures, Single name index and Credit Default Swaps (CDS). c) The applicable accounting framework for cash bonds when there is intensive use of derivatives to manage factor exposure. d) To assist in writing up formal documentation on justifying the purpose of doing hedge accounting and elaborating on mechanics of effectiveness measurement taking into account risk management strategy and objectives. e) To write procedures manual for derivatives accounting. f) To assess current accounting platform for handling derivatives accounting and make recommendations thereon. B.1.7 Training Plans and Ongoing Assistance a) To perform training needs assessment to determine training required to help the Bank s personnel throughout the transition. b) To develop a training programme suited to the Bank s requirements and organise workshops to ensure all the Bank s personnel are properly acquainted with the subject matter. c) To provide guidance documentation for the Bank s personnel to use on ongoing basis. d) Post implementation review of items including but not limited to, models and validation of accounting workflows and data quality. Page 13

14 B.2 Project Duration The implementation of the project for the Accounting and Budgeting Division should be for a period of 18 months as from the award of the contract to the successful bidder. 3 INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS 3.1 Preliminaries and General Information Bidders may submit their proposals for either Part A or Part B or both Parts of the RFP. Part A is independent of Part B. There are different criteria and timelines for each Part. Bidders must submit separate costs for Part A and Part B The Bank reserves the right, if necessary, to select the most appropriate bidder or combination of proposals from different bidders Bidders may note that there are different selection criteria for Part A and Part B. Qualification for one Part does not automatically entail eligibility for the other Part Bidders must take note of the different timelines of the two Parts. 3.2 Eligible Bidders Bidders must prove that they have already provided similar services to central Banks or related financial institutions The bidder must warrant that it is a going concern/firm, financially solvent, i.e., able to meet all its debts as and when they fall due. The Bidder s net worth should be positive The bidder should have had an annual turnover of Rs100 million or more in each of the previous three financial years i.e , & The bidder should have made profits for the past three years in succession i.e , & The bidder must have experience of executing projects in at least 2 banks or large organizations (project size of more than Rs50 million) in the past 3 years. Page 14

15 3.3 Consultant(s) Profile The Consultant(s) should have in-depth experience in IFRS 9 implementation including credit risk and analytics and credit risk modelling The Consultant(s) should also have strong technical knowledge and understanding of IFRS 15 and IFRS The Consultant(s) should be well-versed in building and validating statistical models particularly credit risk models The Consultant(s) should have experience in stress testing, Internal Capital Adequacy Assessment Process (ICAAP) and credit grading The Consultant(s) should have a comprehensive understanding of the regulatory frameworks and compliance requirements associated with financial/banking services as well as related working experience; The Consultant(s) should provide references for assignments performed in similar areas. 3.4 Payment Terms The terms and conditions of payment will be mutually agreed with the successful bidder. The Bank reserves the right: To retain all the Intellectual Property Rights to the deliverables under this consultancy; To reject any proposal which does not comply with the requirements of the RFP; To waive or change any formalities or inconsistencies in the deliverables; To extend the time for submission of proposal; To modify the RFP document, by an amendment that would be notified on the Bank s website; To independently ascertain information from the banks and other Institutions / companies to which the bidder has already extended services for similar assignment; To modify the project duration stipulated in Clauses A.2 and B.2 above for the completion of the assignment; To accept or reject a particular bid or to annul the whole bidding exercise at its sole discretion without assigning any reason whatsoever and without incurring any liability whatsoever. Page 15

16 3.5 Qualifications of the Bidders All bidders shall provide a description of the proposed work method and schedule Bidders shall provide all relevant information about their company profiles and CVs of staff who would be working on the project. Non-compliance with this section may entail rejection of bids. 3.6 Cost of bidding Bidders shall bear all costs associated with the preparation and submission of their bid. The BOM will, under no circumstances, be responsible or liable for any cost there of regardless of the conduct or outcome of the bidding process This RFP document is offered to interested bidders at no cost. 3.7 Contents of bid documents The RFP comprises of the following documents: a. Bid Information Sheet b. Part A- Supervision Division c. Part B- Accounting and Budgeting Division d. Instructions to Bidders and General Conditions Bidders are expected to examine all instructions, forms, terms, and specifications in the RFP. Failure to provide a substantially responsive bid to the requirements of this RFP in every respect may result in the rejection of the bid. 3.8 Request for Clarifications All prospective bidders wishing to request for clarifications on the content, form and/or any other details contained in this RFP documents may write to the BOM using the contact details below. Chairperson - Tender Committee Bank of Mauritius Sir William Newton Street Port Louis Mauritius Tender.Committee@bom.mu Page 16

17 3.9 Bid Currencies All quoted prices shall be in Mauritian Rupees (MUR) for local bidders and United States Dollar (USD) for foreign bidders Validity of Bids All bids should remain valid for 150 days starting from the closing day of the bid, unless otherwise specified in this RFP. Bids containing validity for period less than 150 days will be considered as non-responsive In exceptional circumstances, the BOM reserves the right to solicit an extension of a bid s period of validity. The request and the responses thereto shall be made in writing. Any extension of validity period should not entail any modification of the bid Amendment of Documents The BOM for any reason whatsoever whether on its own initiative or in response to a clarification requested by a prospective bidder, may amend the bid documents by issuing an addendum anytime, before the closing date of the bid Format and Signing of Bid The bidder shall prepare two copies of the bid, with clear indication of ORIGINAL BID and COPY OF BID on each as appropriate. In the event of any discrepancy between them, the ORIGINAL BID shall prevail. In addition, bidders must submit one complete electronic copy in Microsoft Word or PDF format on CD or DVD or memory stick All copies of the bid shall be typed or written in indelible ink signed by the bidder, or any other person having the due authority to sign on behalf of the bidder. All pages of the bid, except for un-amended printed literature, shall be initialled by the person or persons signing the bid The bid shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the bidder, in which case such corrections shall be initialled by the person or persons signing the bid Sealing and Marking of Bids The bidder shall seal the original and each copy of PART A and PART B bids in separate envelopes, duly marking the envelopes as Part A bid or Part B bid with the mention ORIGINAL or COPY as appropriate. The envelopes shall then be sealed in an outer envelope and marked ORIGINAL or COPY as appropriate. Page 17

18 All envelopes shall clearly be marked as Consultancy Services for Implementation of IFRS9 by BOM on their top left-hand corner. All inner and outer envelopes should be addressed to the BOM at the address given in this RFP. Outer envelopes should have clear indication of the name and address of Bidders in order to enable the bid to be returned unopened in case it is declared LATE The BOM will not entertain any liability for any bid s misplacement or premature opening, if outer envelopes are not sealed, and marked as prescribed above Deadline for Submission of Bids Bids must be received by the BOM at the address given in the invitation to bid no later than 6 April The BOM at its discretion, may extend the deadline for the submission of bids by amending the bid documents, in which case all rights and obligations of the BOM and candidates previously subject to the deadline will thereafter be subject to the deadline as extended Electronic submission shall not be permitted. Late bids will be rejected Modification and withdrawal of bids Bids may be modified or withdrawn after submission provided that written notice of the modification, including substitution, or withdrawal of the bid is received by the Bank prior to the closing date of the invitation to bid All notices must be deposited in Tender Box B, or sent by courier services to reach the address below no later than 6 April 2018 at hours (Mauritius time) at latest. Notices received after the above mentioned date and time will not be entertained. Electronic communication of notices will not be considered as valid. Chairperson -Tender Committee Bank of Mauritius Sir William Newton Street Port Louis MAURITIUS Page 18

19 Withdrawal notices may be sent by electronic means provided that they are followed by a signed confirmation copy, postmarked no later than the closing date and time of the invitation to bid No bid may be modified, substituted or withdrawn after the deadline for submission of bids The Bank may at any time terminate the present exercise before contract award, and shall be neither liable to any person for the termination nor obliged to inform bidders of the grounds of its action The Bank shall give prompt notice of the termination to the bidders Presentation to the Bank Bidders may, during the evaluation of the bids, be invited, at short notice, to make a presentation on their proposal to the Bank The presentation may be conducted either at the Bank s premises in Port Louis, Mauritius or by video conferencing. Any cost incurred with respect to the presentation shall be borne by the bidder Performance Bond or Bank Guarantee The successful bidder(s) may be required to provide the Bank with a performance bond or a bank guarantee, as appropriate, amounting to 10 per cent of the quoted bid amount, prior to start of work The performance bond or bank guarantee shall be issued by a bank in Mauritius and shall expire upon satisfactory completion and commissioning of the Project. Page 19

20 3.18 Contract Agreement and Governing Law A formal written agreement will be entered into with the successful bidder(s). This agreement shall be governed by the laws of Mauritius and the bidder shall agree to submit to the exclusive jurisdiction of the Courts of Mauritius any dispute which has not been amicably resolved The Bank reserves the right to modify or exclude any consideration, information or requirement contained in the invitation to bid, and to add new considerations, information or requirements at any stage of the procurement process, including during negotiations with the selected bidder It is understood that all specifications shall be construed in the sense that provides the best execution of the contract. 4 NON-DISCLOSURE AND CONFIDENTIALITY 4.1 Participants to this RFP are de facto under strict non-disclosure and confidentiality agreement with the BOM and each party therefore mutually undertakes: not to use or circulate the Confidential Information within its own organisation except solely to the extent necessary for the purposes intended by its disclosure, and not to use the Confidential Information in any way which would or might be harmful to the other party; to ensure that all persons to whom the Confidential Information is disclosed are made aware of its confidential nature and of their obligations under this Agreement; to effect and maintain adequate security measures to safeguard the Confidential Information from unauthorised access, use and misappropriation; and to notify the other party of any unauthorised use, copying or disclosure of the Confidential Information of which it becomes aware and to provide all reasonable assistance to the party to terminate such unauthorised use and/or disclosure The successful bidder(s) with whom the BOM will enter into a contract for the provision of the consultancy services as prescribed in this RFP will accordingly be required, prior to the provision of the services to make a Declaration of Confidentiality in terms of Section 26(1) (b) of the Bank of Mauritius Act Page 20

21 5 LIQUIDATED DAMAGES 5.1 The successful bidder(s) with whom the BOM will enter into a contract for the provision of the consultancy services as prescribed in this RFP and to the satisfaction of the BOM, will be required to pay liquidated damages for delays in the provision of those services up to a sum equal to 0.5% of the value thereof to the BOM for each week that delivery is delayed up to a maximum of 10% of the contract amount. Page 21

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

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

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

4. A bid Security of US $1, must be submitted along with the bid.

4. A bid Security of US $1, must be submitted along with the bid. i Invitation for Bids (IFB) Cooperative Republic of Guyana Tender Specification Number GPL - PI - 018-2014 Engineering, Procurement and Construction of a water treatment system at Vreed-en-Hoop 1. The

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

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal UNIVERSITY OF KARACHI KARACHI Ref: P.O./2018-112488 Cost of form Rs. 2,000/= =(Non refundable) BIDDING DOCUMENT EXAMINATIONN TABLES, EXAMINATION CHAIRS, SHAMIANAS, QANATS ETC. ARE REQUIRED ON HIRING BASIS

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

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

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

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

More information

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department P a g e 1 Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department PART ONE (FIXED) Instructions to Bidders

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-023-2017 TENDER FOR DESIGN, MANUFACTURE, FACTORY TRAINING AND TESTING, DELIVERY, SUPERVISION OF ASSEMBLY, INSTALLATION, TESTING AND COMMISSIONING OF

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

ADVANCED TECHNICAL TRAINING

ADVANCED TECHNICAL TRAINING ADVANCED TECHNICAL TRAINING CENTRE AN ISO 9001:2008 CERTIFIED INSTITUTE BARDANG, SINGTAM, EAST SIKKIM - 737134 Telephones: (03592) 233482/9002735427/9434035381 Email: attc.skmpoly@gmail.com COMPETITIVE

More information

Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore

Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore To, Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore Dear Sir, Indian Institute of Technology Indore invites RFP from the Practicing Chartered

More information

Information and Communication Technology Agency of Sri Lanka

Information and Communication Technology Agency of Sri Lanka Information and Communication Technology Agency of Sri Lanka BIDDING DOCUMENT Procurement of Supply, Delivery and Installation of Cluster Expandability for Critical Needs of Lanka Government Cloud - 1

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION

More information

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WDF/SS/T/113/2016/2017 PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA

More information

STANDARD BIDDING DOCUMENT (SBD)

STANDARD BIDDING DOCUMENT (SBD) STANDARD BIDDING DOCUMENT (SBD) DESIGN, SUPPLY & INSTALLATION OF PLANT & EQUIPMENT (TURNKEY BASIS) STEEL AUTHORITY OF INDIA LIMITED May 2009 Instructions to Bidders (ITB) Form of Contract Agreement with

More information

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District The United Nations Development Program UNDP i West Bank and Gaza Avian Influenza Prevention and Control Project (AIPCP) Bidding Documents for Procurement of: Construction of Ramallah Central Veterinary

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-06-2017 TENDER FOR ASBESTOS REMOVAL AND ROOFING OF MATENDENI STAFF HOUSES & 7- FORKS PRIMARY. (EXCLUSIVE TO FIRMS OWNED BY THE WOMEN ). Kenya Electricity

More information

Procurement of Goods

Procurement of Goods Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Goods The World Bank March

More information

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials STANDARD BIDDING DOCUMENTS Procurement of Textbooks and Reading Materials The World Bank May 2004 This Bidding Document and its companion Technical Note are to assist borrowers and Bank staff working on

More information

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF

More information

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION i REPUBLIC OF LIBERIA NATIONAL ELECTIONS COMMISSION International Competitive Bidding BID DOCUMENT For the Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION IFBNo.NEC/SSE/ICB/001/2013/2014

More information

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 The Bidding Documents for

More information

REPUBLIC OF KENYA THE JUDICIARY

REPUBLIC OF KENYA THE JUDICIARY ORIGINAL REPUBLIC OF KENYA THE JUDICIARY TENDER NO: JUD/029/2016-2017 PROVISION OF MEDICAL INSURANCE COVER FOR MEMBERS OF THE JUDICIARY OF KENYA JUDICIARY MEDICAL INSURANCE SCHEME The Judiciary Supreme

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

Master Bidding Documents Procurement of Goods and User s Guide

Master Bidding Documents Procurement of Goods and User s Guide Master Bidding Documents Procurement of Goods and User s Guide This Master Bidding Document for Procurement of Goods and User s Guide have been prepared through the joint efforts of the Multilateral Development

More information

SALARIES AND REMUNERATION COMMISSION P.O BOX NAIROBI RE-ADVERT-TENDER NO. SRC/SMC/04B/

SALARIES AND REMUNERATION COMMISSION P.O BOX NAIROBI RE-ADVERT-TENDER NO. SRC/SMC/04B/ RECEIPT No. SALARIES AND REMUNERATION COMMISSION P.O BOX 43126 00100 NAIROBI RE-ADVERT-TENDER NO. SRC/SMC/04B/2015-2016 FOR PROVISION OF A COMPREHENSIVE MEDICAL INSURANCE COVER FOR STAFF AND COMMISSIONERS

More information

B i d d i n g D o c u m e n t. f or

B i d d i n g D o c u m e n t. f or NEPAD PLANNING AND COORDINATING AGENCY B i d d i n g D o c u m e n t f or T e n d e r F o r t h e P r o v i s i o n O f V i r t u a l D a t a C e n t r e S e r v i c e s F o r N E P A D P l a n n i n g

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF

More information

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES A. Introduction 1 Source of funds 2 Eligible goods and services 3 Cost of bidding B. Bidding Documents 4 Content of bidding documents 5 Clarification

More information

KENYA MARITIME AUTHORITY TENDER DOCUMENT FOR

KENYA MARITIME AUTHORITY TENDER DOCUMENT FOR KENYA MARITIME AUTHORITY TENDER DOCUMENT FOR Provision of Insurance Brokerage Services. (Group Medical; Group Personal Accident; Group Life; Corporate Travel; Fire & Perils; Burglary & Theft; Computers

More information

EXPORT PROCESSING ZONES AUTHORITY

EXPORT PROCESSING ZONES AUTHORITY EXPORT PROCESSING ZONES AUTHORITY PROVISION OF STAFF MEDICAL INSURANCE COVER EPZA TENDER NO. 06/2016-2017 EXPORT PROCESSING ZONES AUTHORITY ATHI RIVER, VIWANDA ROAD, OFF NAMANGA ROAD P.O BOX 50563-00200

More information

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM Telephone: +254-0709932000 Email: procurement@ntsa.go.ke Website: www.ntsa.go.ke Hill Park Plaza 5 th Floor P.O. Box 3602-00506 Nairobi, Kenya NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR.5140

More information

MILLENNIUM CHALLENGE GEORGIA FUND

MILLENNIUM CHALLENGE GEORGIA FUND MILLENNIUM CHALLENGE GEORGIA FUND Samtskhe-Javakheti Roads Rehabilitation Project CONTRACT No. SJRRP/CW/08 BIDDING DOCUMENT VOLUME I Issued on: 8 January, 2010 Employer: Millennium Challenge Georgia Fund

More information

BANKING SUPERVISION UNIT

BANKING SUPERVISION UNIT BANKING SUPERVISION UNIT BANKING RULES LARGE EXPOSURES OF CREDIT INSTITUTIONS AUTHORISED UNDER THE BANKING ACT 1994 Ref: LARGE EXPOSURES OF CREDIT INSTITUTIONS AUTHORISED UNDER THE BANKING ACT 1994 INTRODUCTION

More information

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate MARSYANGDI CORRIDOR 220 KV TRANSMISSION LINE PROJECT BIDDING DOCUMENT FOR Procurement of Plant Design,

More information

Procurement of Goods by Open Tender

Procurement of Goods by Open Tender A F R I C A N U N I O N S t a n d a r d B i d d i n g D o c u m e n t Procurement of Goods by Open Tender AFRICAN COURT ON HUMAN AND PEOPLES RIGHTS PROVISION AND INSTALLATION OF INTERPRETATION EQUIPMENT

More information

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR Transportation of free textbooks and exercise books from Balbharti godown to block level in Maharashtra

More information

New Zealand Clearing Limited. Clearing and Settlement Procedures

New Zealand Clearing Limited. Clearing and Settlement Procedures New Zealand Clearing Limited Clearing and Settlement Procedures 6 May 2016 Contents Section A: Interpretation and Construction 7 Section 1: Introduction and General Provisions 8 Amendment Procedure 8 1.1

More information

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of Cable Network Tools and Accessories July 2014 ===========================================================================================================

More information

Clearing and Settlement Procedures. New Zealand Clearing Limited. Clearing and Settlement Procedures

Clearing and Settlement Procedures. New Zealand Clearing Limited. Clearing and Settlement Procedures Clearing and Settlement Procedures New Zealand Clearing Limited Clearing and Settlement Procedures 3 August 2010 Contents Section A: Interpretation and Construction 6 Section 1: Introduction and General

More information

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161 AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION OPEN COMPETITION

More information

Construction of MLD Water Treatment Plant at Taba LAP

Construction of MLD Water Treatment Plant at Taba LAP ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENTS THIMPHU THROMDE BIDDING DOCUMENTS FOR SECOUND BHUTAN URBAN DEVELOPMENT PROJECT PACKAGE-VII Construction of 10.00 MLD Water Treatment Plant

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank Washington, D.C. May 2006 revised March and April 2007, May 2010, August 2010 ii August 2010 Revision

More information

MASTER PROCUREMENT DOCUMENTS

MASTER PROCUREMENT DOCUMENTS MASTER PROCUREMENT DOCUMENTS Master Document for Procurement of Plant Design, Supply, and Installation This Master Document has been prepared through the joint efforts of the Multilateral Development Banks

More information

BIDDING DOCUMENT. For

BIDDING DOCUMENT. For i BIDDING DOCUMENT For Revamping of Old Campus Network: replacement of Core Switches Cisco 4500-X and 6500-X Procurement Number: AUC/AHRM/MIS/G/74/2018 Date: June, 2018 ii Table of Contents PART 1 Bidding

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

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East) BIDDING DOCUMENT For Procurement of Plant Design, Supply and Installation of Ashuganj 400 MW Combined Cycle Power Plant Project (East) Two Stage Bidding Procedure Volume 1 of 3 Invitation Reference No.:

More information

FINANCIAL STATEMENTS AS AT AND FOR THE YEAR ENDED 31 DECEMBER 2017 (WITH INDEPENDENT AUDITORS REPORT THEREON)

FINANCIAL STATEMENTS AS AT AND FOR THE YEAR ENDED 31 DECEMBER 2017 (WITH INDEPENDENT AUDITORS REPORT THEREON) years Bank of Albania FINANCIAL STATEMENTS AS AT AND FOR THE YEAR ENDED 31 DECEMBER 2017 (WITH INDEPENDENT AUDITORS REPORT THEREON) 143 Bank of Albania Bank of Albania 144 years Bank of Albania 145 Bank

More information

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17 i BIDDING DOCUMENT TENDER No. : ZICTA/ORD/05/17 TENDER FOR THE PROVISION OF AIR TRAVEL MANAGEMENT SERVICES ON CONTRACTUAL BASIS FOR A PERIOD OF 12 MONTHS TO THE ZAMBIA INFORMATION AND COMMUNICATIONS TECHNOLOGY

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF

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

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS PROPOSED HEADQUARTES FOR NYANDARUA COUNTY AT OL-KALAU W.P. ITEM NO. D103/CE/NYA/

More information

Procurement of Health Sector Goods

Procurement of Health Sector Goods STANDARD TENDER DOCUMENTS Procurement of Health Sector Goods (Pharmaceuticals, Vaccines, and Condoms) Public Procurement Board Accra, Ghana March 2004 INTRODUCTION AND INSTRUCTIONS These Standard Tender

More information

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS TENDER NO: JUD/135/2014-2015 1 AIR CONDITIONING WORKS

More information

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate i Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate NEPAL-INDIA ELECTRICITY TRANSMISSION AND TRADE PROJECT Bidding Document For Procurement of Plant Design, Supply

More information

BAC BAHAMAS BANK LIMITED Financial Statements

BAC BAHAMAS BANK LIMITED Financial Statements BAC BAHAMAS BANK LIMITED Financial Statements Page Independent Auditors Report 1-2 Statement of Financial Position 3 Statement of Comprehensive Income 4 Statement of Changes in Equity 5 Statement of Cash

More information

SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS:

SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS: SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS: A. BIDDING PROCESS (i) (ii) (iii) Approval of Committee of Creditors Eligibility Criteria, Bidding Process, an agreement

More information

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015 Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ-02/072-73 For Supply and Delivery Of Optical MODEM November, 2015 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,

More information

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION 1. Background STCI Finance Limited ( STCI or the Company ), is a Systemically Important Non-Deposit Taking Non-Banking Financial

More information

Empanelment of Law Firms for Providing Legal Services Support to NSDC. Under Framework Agreement (Two Bid: Technical and Financial Bid)

Empanelment of Law Firms for Providing Legal Services Support to NSDC. Under Framework Agreement (Two Bid: Technical and Financial Bid) National Skill Development Corporation CIN: U85300DL2008NPL181612 Regd. Office: Block-A, Clarion Collection, (a Hotel) Shaheed Jeet Singh Marg New Delhi-110016 T: +011-47451600-10 F: +91-11-46560417 E-mail:

More information

Tender Notification for

Tender Notification for Tender Notification for SELECTION OF AGENCIES/ INTEGRATORS / BANKS FOR ESTABLISHMENT OF AUTOMATIC TELLER MACHINE (ATMS) AT BRPL PREMISES ON RENTAL BASIS NIT NO CMC/BR/15-16/ASG/VKS/397 Dt.12.05.2015 Due

More information

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Goods The Inter-American Development Bank August 2006 Revisions Version Modification Reason January 2000 First publication First publication

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS GOODS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF GOODS Japan International Cooperation Agency (JICA) May 2013 Version 1.1 i Preface These Standard Bidding Documents for Procurement

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

MACHAKOS UNIVERSITY. ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY.

MACHAKOS UNIVERSITY. ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY. MACHAKOS UNIVERSITY ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY. TENDER NO: MksU/W/03/2017/2018 TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, TESTING

More information

Employees Provident Fund

Employees Provident Fund Employees Provident Fund Sri Lanka No. 13, Sir Baron Jayathilake Mawatha, Colombo 01 Tel Number: +9411 2206601 Fax Number: +94112206630 E-mail Address: sepf@cbsl.lk REQUEST FOR EXPRESSION OF INTEREST (EOI)

More information

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/ MOMBASA Beach Hotel NGULIA Safari Lodge VOI Safari Lodge KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/2017-2018 KENYA

More information

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT PROPOSED CIVIL SERVANTS HOUSING SCHEME AT EMBU TOWN, EMBU COUNTY

More information

COUNTY GOVERNMENT OF KAJIADO

COUNTY GOVERNMENT OF KAJIADO IMPROVEMENT OF KUMBE ROAD COUNTY GOVERNMENT OF KAJIADO TENDER NO: FOR TENDER NAME: DRILLING AND EQUIPING OF EITI PRIMARY SCHOOL BOREHOLE (KEEKONYOKIE WARD)-2017/18 FEBRUARY, 2018 COUNTY GOVERNMENT OF KAJIADO

More information

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA.

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA. PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL -11 1 INDIA. ATTENTION: INSURANCE BROKERS REQUEST FOR PROPOSAL PASCHIM BANGA GRAMIN BANK intends

More information

Equip_Comp_Desktops Inst_Level_Revised

Equip_Comp_Desktops Inst_Level_Revised Bid Document Equip_Comp_Desktops Inst_Level_Revised E-1 1 NCB The National Institute of Engineering Manandavadi Road, Mysore-570 008 TEQIP Cell contact No. 0821-2480475 Fax No. 0821-2485802 BID REFERENCE

More information

KGN-SEC TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA

KGN-SEC TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-SEC-01-2017 TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA (RESERVED FOR YOUTH FIRMS REGISTERED

More information

Expected credit loss assessment by banks

Expected credit loss assessment by banks 1 Expected credit loss assessment by banks This article aims to: Present the key components of a probability of default-based approach for computation of ECL on term loans. With the implementation of Indian

More information

on credit institutions credit risk management practices and accounting for expected credit losses

on credit institutions credit risk management practices and accounting for expected credit losses EBA/GL/2017/06 20/09/2017 Guidelines on credit institutions credit risk management practices and accounting for expected credit losses 1 1. Compliance and reporting obligations Status of these guidelines

More information

TENDER DOCUMENT FOR PROVISION OF DEBT COLLECTION SERVICES

TENDER DOCUMENT FOR PROVISION OF DEBT COLLECTION SERVICES KENYA SAFARI LODGES & HOTELS LTD www.safari-hotels.com TENDER DOCUMENT FOR PROVISION OF DEBT COLLECTION SERVICES TENDER NO: KSLH/PDCS/026/2015 CLOSING DATE:23 RD JULY 2015 AT 12.00 NOON THE GENERAL MANAGER

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

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS Supply and Installation of Plant and Equipment May 2007 This edition includes a number of amendments as summarised in the following table.

More information

Standard Bidding Documents. Procurement of Goods. The World Bank

Standard Bidding Documents. Procurement of Goods. The World Bank Standard Bidding Documents Procurement of Goods The World Bank January 1995 Revised March 2000, January 2001, March 2002, and March 2003 This revised March 2000 edition of the SBD accounts for editorial

More information

A F R I C A N U N I O N. S t a n d a r d Biddinging D o c u m e n t

A F R I C A N U N I O N. S t a n d a r d Biddinging D o c u m e n t A F R I C A N U N I O N S t a n d a r d Biddinging D o c u m e n t Procurement of Goods by Open Tender African Union Mission in Somalia The Supply and Delivery of: Procurement Number: Lot 1: 01f/AMISOM/Admin/milit./Gd/13

More information

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT

More information

NIT for Tender No. GCO 8524 P19

NIT for Tender No. GCO 8524 P19 NIT for Tender No. GCO 8524 P19 Oil India Limited, a Government of India Enterprise intends to hiring of services for upkeepment of coating material store and handling of materials located at PS-4, SEKONI,

More information

IFRS 9 Financial Instruments and Disclosures

IFRS 9 Financial Instruments and Disclosures Guideline Subject: IFRS 9 Financial Instruments and Disclosures Category: Accounting Date: June 2016 Introduction This guideline provides application guidance to Federally Regulated Entities (FREs) applying

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

EBA REPORT ON RESULTS FROM THE SECOND EBA IMPACT ASSESSMENT OF IFRS July 2017

EBA REPORT ON RESULTS FROM THE SECOND EBA IMPACT ASSESSMENT OF IFRS July 2017 EBA REPORT ON RESULTS FROM THE SECOND EBA IMPACT ASSESSMENT OF IFRS 9 13 July 2017 Contents Executive summary 3 Content of the report 3 1. Main observations of the impact assessment exercise 4 1.1 Qualitative

More information

KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926 KE/CR KE

KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926 KE/CR KE Telephone: +254-0709932000 Email: procurement@ntsa.go.ke Website: www.ntsa.go.ke Hill Park Plaza 5 th Floor P.O. Box 3602-00506 Nairobi, Kenya KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926

More information

Issued in 28 th March, 2018

Issued in 28 th March, 2018 i REPUBLIC OF KENYA THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS (DASAR) KENYA DEVELOPMENT RESPONSE TO DISPLACEMENT IMPACTS PROJECT (KDRDIP)

More information

IFRS News. Special Edition on IFRS 9 (2014) IFRS 9 Financial Instruments is now complete

IFRS News. Special Edition on IFRS 9 (2014) IFRS 9 Financial Instruments is now complete Special Edition on IFRS 9 (2014) IFRS News IFRS 9 Financial Instruments is now complete Following several years of development, the IASB has finished its project to replace IAS 39 Financial Instruments:

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

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