3. To enable you to submit a bid, please read the following attached documents carefully: Instructions to Bidders Terms of Reference (ToR)

Size: px
Start display at page:

Download "3. To enable you to submit a bid, please read the following attached documents carefully: Instructions to Bidders Terms of Reference (ToR)"

Transcription

1 United Nations Population Fund Midtermolen 3, P.O. Box Copenhagen, Denmark Fax: (45) Telephone: (45) Website: 27 April 2011 REQUEST FOR PROPOSAL (RFP) RFP No. LONG-TERM AGREEMENT(S) FOR SUPPLY OF SERVICE ON CONTINUING DEVELOPMENT PROGRAMME FOR UNFPA LEADERS LEAD UNFPA 1. The United Nations Population Fund (UNFPA), an international development agency, is seeking qualified offers for the above-mentioned services. Your company is kindly invited to submit your best technical and financial offer for the requested services. Your bid could form the basis for a contract between your firm/institution and the UNFPA. 2. UNFPA posts all bids notices, clarifications and results in 3. To enable you to submit a bid, please read the following attached documents carefully: Instructions to Bidders Annex I Terms of Reference (ToR) Annex II Bid Submission Form Annex III Bidders Identification Form Annex IV Format of Bidder s Previous Experience and Clients Annex V Technical Bid Annex VI Price Schedule Form Annex VII UNFPA General Terms and Conditions Annex VIII Completed Check List on General Terms and Conditions Annex IX 4. The technical bid containing the technical information shall be submitted separately from the financial bid. 5. The Bid shall reach UNFPA s reception or the inbox of bidtender@unfpa.dk no later than 18 May 2011 at 1PM (Copenhagen time GMT+2 Summer time). Bids sent to any other address will be disqualified. 6. The Bid shall be opened on 18 May 2011 at 3PM (Copenhagen time GMT +2 Summer time) at the offices of UNFPA, Copenhagen. 7. Bids received after the stipulated date and time shall not be accepted under any circumstances. 8. Bidders shall acknowledge receipt of this RFP by to Udara Bandara (bandara@unfpa.org ) no later than 11 May 2011 and indicate whether or not a bid shall be submitted. The acknowledgement shall provide company name, telephone number and contact person. Page 1 of 43

2 9. Any questions relating to the attached documents shall be addressed in writing following the instructions included in Annex I-Instructions to Bidders, 4 Clarifications of Solicitation Documents Do not submit your bid to the contact there indicated, or your bid will be disqualified. 10. This letter is not to be construed in any way as an offer to contract with your firm/institution. Yours sincerely, Udara Bandara Page 2 of 43

3 Table of Contents ANNEX I - INSTRUCTIONS TO BIDDERS... 4 A. Introduction General Cost of Bid... 4 B. Solicitation Documents UNFPA Bid Document Clarifications of Solicitation Document Amendments of UNFPA Bid Solicitation Document... 4 C. Preparation of bids Language of the Bid Bid Currency and Prices Conversion to Single Currency Validity of Bid... 5 D. Submission of Bids Documents Establishing Eligibility of Goods and Services and Conformity to Bidding Documents Technical Bid Financial Bid Partial Bids Sealing and Marking of Bids Deadline for Submission of Bid and Late Bids Modification and Withdrawal of Bids Storage of Bids... 7 E. Bid Opening and Evaluation Bid Opening Clarification of Bids Preliminary Examination of Bids Evaluation of Bids (5)... 8 F. Award of Contract and Final Considerations Award of Contract Rejection of Bids and Annulments Right to Vary Requirements at Time of Award Signing of the contract Payment Provisions ANNEX II: Terms of Reference (TOR) ANNEX III: Bid Submission Form ANNEX IV: Bidders Identification Form ANNEX V: Format of Bidder s Previous Experience and Clients ANNEX VI: Technical Bid (10) ANNEX VII: Price Schedule Form (11) ANNEX VIII: UNFPA General Terms and Conditions for Contracts (12) Page 3 of 43

4 ANNEX I - INSTRUCTIONS TO BIDDERS A. Introduction 1. General This bid is open to all national and international suppliers who are legally constituted. Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Buyer to provide consulting services for the preparation of the design specifications, and other documents to be used for the procurement of services to be purchased under this Invitation to Bids. Bidders may not be on any United Nations and/or World Bank suspended or banned vendors list. 2. Cost of Bid The bidder shall bear all costs including any related travel associated with the preparation and submission of the bid, nor can it be included as a direct cost of the assignment. UNFPA shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation. B. Solicitation Documents 3. UNFPA Bid Document This RFP document is posted at the United Nations Global Marketplace (UNGM) in Bidders are expected to examine all instructions, forms, specifications, terms and conditions contained in the bid solicitation documents issued by UNFPA. Failure to comply with these documents shall be at the bidder s risk and may affect the evaluation of the bids. 4. Clarifications of Solicitation Document A prospective bidder requiring any clarification on the RFP may notify Udara Bandara, Procurement Associate, bandara@unfpa.org in writing no later than 06 May 2011, at 5.00 PM (GMT+2 Summer time) UNFPA shall respond to any request for clarification received and post its response in UNGM, including an explanation of the query but without identifying the source of enquiry. 5. Amendments of UNFPA Bid Solicitation Document At any time prior to the deadline for submission of proposals, UNFPA may, for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall periodically check if amendments have been posted to the bidding documents in UNGM. In order to give prospective bidders reasonable time to take the amendments into account in preparing their bids, UNFPA, may at its discretion, extend the deadline for the submission of bids. Page 4 of 43

5 C. Preparation of bids 6. Language of the Bid The bid prepared by the bidder and all correspondence and documents relating to the Bid shall be written in English. 7. Bid Currency and Prices All prices shall be quoted in US dollars (USD) or any other convertible currency. The bidder shall indicate on the appropriate Price Schedule the unit prices (where applicable) and total bid price of the goods or services it proposes to supply under the contract. 8. Conversion to Single Currency To facilitate evaluation and comparison, the buyer will convert all bid prices expressed in the amounts in various currencies in which the bid prices are payable to USD at the official UN exchange rate on the last day for submission of bids. 9. Validity of Bid The prices of the bid shall be valid for 90 days after the closing date of bid submission as specified by UNFPA. A proposal valid for a shorter period will be rejected by UNFPA as non-responsive. UNFPA may solicit the bidder's consent for an extension of the period of validity under exceptional circumstances. D. Submission of Bids 10. Documents to be submitted with Bid For UNFPA s acceptance of the Bid, the Bidder must furnish documentary evidence of all items listed in Annex I Instructions to Bidders, Evaluation and Award of Contract, Evaluation Criteria, Evaluation Criteria and Information. A bid shall consist of two parts: the technical and the financial bid. The technical bid containing the technical specifications for services and the financial bid containing price information shall be submitted separately in two different envelopes Technical Bid For UNFPA s acceptance of the bid, the bidder should furnish documentary evidence of: a. Completed and signed Bid Submission Form (according to Annex III, word document) b. Completed Bidders Identification Form (according to Annex IV, word document) c. Copy of last audited financial statements d. Bidder s previous experience and clients (according to Annex V, word document) e. Technical bid, including documentation to demonstrate that the bidder meets all requirements. The technical bid should be concisely presented and structured to include but not necessarily be limited to the information listed in Annex VI. f. Completed Check List on General Terms and Conditions Annex IX Financial Bid Please complete the Price Schedule Form (Annex VII).Your separate financial bid must contain a quotation in a single currency, itemizing all services to be provided. Please consider the following information when completing the Price Schedule Form: Page 5 of 43

6 The Price Schedule must provide a detailed cost breakdown, as shown in Annex VII. Provide separate figures for each of the steps for each item. All prices/rates quoted must be exclusive of all taxes, since UNFPA is exempt from taxes. Submit this financial bid in a separate envelope from the rest of the RFP technical bid. Failure to furnish all the information required for submission of a bid which does not substantially respond to the UNFPA bid document in every respect shall be at the bidder s risk and may result in a rejection of the bid. 11. Partial Bids Partial bids are not allowed under this RFP. 12. Sealing and Marking of Bids For submitting the technical and financial bid in two different envelopes: Sealing and Marking of Bids (hard copies) When submitting in hard copies, the Bidder shall prepare two sets of documents, one stamped as Original and the other one stamped as Copy. In the event of a discrepancy between them, the original shall govern. The outer envelope must be clearly marked with the following: UNITED NATIONS POPULATION FUND Midtermolen Copenhagen O Denmark Invitation to Bid No. Attention: Udara Bandara ONLY TO BE OPENED BY AUTHORISED UNFPA PERSONNEL The inner envelopes must be clearly marked with the following: UNITED NATIONS POPULATION FUND Midtermolen Copenhagen O Denmark Invitation to Bid No. Attention: Udara Bandara ONLY TO BE OPENED BY AUTHORISED UNFPA PERSONNEL Submission 1/2:, [ insert company name ], Technical Proposal Submission 2/2:, [ insert company name ], Financial Proposal The envelope shall also indicate the name and address of the Bidder. If the outer envelope is not sealed and marked as required, the Buyer shall assume no responsibility for the Bid s misplacement or premature opening. Page 6 of 43

7 Electronic Submissions Please note the following guidelines for electronic submissions: Bidders shall make clear reference to the specific proposal in the subject field as instructed, otherwise proposals may be rejected. Clearly specify in the subject: ICB No., [ insert company name ] and specify Technical Proposal or Financial Proposal in the subject field. i.e: Submission 1 of 2:, [ insert company name ], Technical Proposal Submission 2 of 2:, [ insert company name ], Financial Proposal The Proposal shall be submitted in one to bidtender@unfpa.dk. Proposals received at the bidtender@unfpa.dk mailbox are kept undisclosed and shall not be opened before the scheduled opening date. submission shall not exceed 10 MB. Where the technical details are in large electronic files, it is recommended that these shall be sent separately before the deadline. It shall be the Bidder s responsibility to ensure that Bids sent by are received by the deadline. All Bidders shall receive an auto-reply acknowledging the receipt of their . Bidders shall not receive responses to questions sent to bidtender@unfpa.dk since it is a secur box. 13. Deadline for Submission of Bid and Late Bids Bids must be delivered to the office on or before the date and time specified in this RFP. UNFPA may, under special and exceptional circumstances, extend this deadline for the submission of the bids and such changes shall be notified bon UNGM before the expiration of the original period. Any proposal received by UNFPA after the deadline for submission of bids shall be rejected. UNFPA shall not be legally responsible for bids that arrive late due to the bidder s problems with the courier company. 14. Modification and Withdrawal of Bids The bidder may withdraw its bid after submission, provided that written notice of the withdrawal is received by UNFPA prior to the deadline for submission. No bid may be modified after passing of the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of the bid validity. 15. Storage of Bids Proposals received prior to the deadline of submission and the time of opening shall be securely kept unopened until the specified bid opening date stated in the UNFPA s bid solicitation document. Page 7 of 43

8 E. Bid Opening and Evaluation 16. Bid Opening UNFPA shall open all bids in the presence of two witnesses. There shall be separate openings for technical and financial bids. The bidders names and submitted documents shall be announced at the technical bid opening. After the technical evaluation has been made, the financial proposals can be opened. During the financial bid opening, the bidders names and the prices stated in the financial bid shall be announced. No bids shall be rejected at the bid opening, except for late bids. 17. Clarification of Bids To assist in the examination, evaluation and comparison of bids, UNFPA may ask bidders for clarification of their bids. The request for clarification and the response shall be in writing by UNFPA and no change in price or substance of the proposal shall be sought, offered or permitted. 18. Preliminary Examination of Bids UNFPA shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether the documents are properly signed and whether the proposals are generally in order. Prior to the detailed evaluation, the Buyer will determine the substantial responsiveness of each bid to the RFP in a preliminary examination. For purposes of these clauses, a substantially responsive bid is one that conforms to all the terms and conditions of the RFP without material deviations. The Buyer s determination of a bid s responsiveness is based on the contents of the bid itself without recourse to extrinsic evidence. A bid determined as not substantially responsive will be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity. Arithmetical errors shall be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the correction of errors, its proposal shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 19. Evaluation of Bids A three-stage procedure will be utilized in evaluating the proposals, with evaluation of the technical bid being completed prior to any financial bid being opened and compared. The total number of points which a bidder may obtain for technical and financial bids is 100 points. The evaluation of the offers shall be conducted as follows: 1) There will be an evaluation of technical capabilities of the bidder to meet the requirements spelled out in the terms of reference. The technical proposal will be evaluated by a panel on the basis of its compliance with these Terms of Reference (TOR, Annex II) 2) Bidders passing the 70% threshold will be requested to participate in a web-conference question and answer session in order to present any additional evidence on the technical criteria. Page 8 of 43

9 3) Thirdly, there will be a financial and final evaluation of the proposal. Bidders should secure 70% both from the technical evaluation and the question and answer session in order to pass to the financial and final evaluation. During the financial evaluation, arithmetical errors/discrepancies and the completeness and responsiveness of the financial proposals against the ToR will have to be clarified immediately by the supplier via Technical Evaluation The technical bid is evaluated on the basis of its responsiveness to the Terms of Reference shown in Annex II, Annex VI: Technical Bid and the following evaluation criteria: Criteria [A] Maximum Points [B] Points attained by the bidder [C] Weighting % [B] x [C] = [D] Total Points (a) (b) (c) (e) Competence of service provider and project staff Proposed deliverable content and approach Demonstrated performance of service provider and project staff Ability to deliver quality on time and budget globally and locally % % % % GRAND TOTAL ALL CRITERIA % Question and Answer Session Evaluation Bidders who will secure 70% from the technical evaluation will be requested to participate with their proposed team leaders and team members in a question and answer session via web-conference for additional evidence on the technical criteria. Each bidder will be allocated a maximum 1 hour time slot. Each question and answer session will be evaluated based on clarifying the below criteria. (Maximum score allocated is 100.) Page 9 of 43

10 Criteria [A] Maximum Points [B] Points attained by the bidder [C] Weighting % [B] x [C] = [D] Total Points (a) (b) (c) (e) Competence of service provider and project staff demonstrated in the Q&A Session Proposed deliverable content and approach presented in the Q&A Session Earlier performance of service provider and project staff as demonstrated in the Q&A Session Ability to deliver quality on time and budget globally and locally as demonstrated in the Q&A Session % % % % GRAND TOTAL ALL CRITERIA % Financial Evaluation Bidders should secure 70% both from the technical evaluation and the question and answer session in order to pass to the financial and final evaluation. Proposals failing to obtain this minimum threshold will not be eligible for further consideration. The financial bid is evaluated on the basis of its responsiveness to the Price Schedule Form (Annex VI). The maximum number of points for the price bid is 100. This maximum number of points will be allocated to the lowest price. All other proposals will receive points in inverse proportion according to the following formula: Points for the Price Bid of = 100 x [Lowest price] a Proposal being evaluated [Price of bid being evaluated] Total Score The total score for each bidder will be the weighted sum of the revised technical score and financial score. The maximum total score is 100 points. Total Score = 20% Technical Score + 40% Q&A Score + 40% x Financial Score 4) Award of Contract and Final Considerations 20. Award of Long Term Agreement(s) UNFPA shall award a primary Long Term Agreement and two backup LTAs based on the total combined scores that will be obtained by the prospective bidders. The prospective bidder who will secure the highest combined score will be awarded with the primary Long Term Agreement and the bidders who will secure second and third combined scores will be awarded with the first and the second back up Long Term Agreements respectively. The first and second back up Long Term Agreements will be used respectively only if the primary Long Terms Agreement holder or the first back up will be not in a position to make available the required resources at required time, or the proposed solutions are not acceptable to UNFPA, or the agreement was terminated based on the performance. Page 10 of 43

11 21. Rejection of Bids and Annulments UNFPA reserves the right to reject any bid if the bidder has previously failed to perform properly or complete on time in accordance with contracts or if the bidder from UNFPA s perspective is not in a position to perform the contract. A bid that is rejected by UNFPA may not be made responsive by the bidder by correction of the nonconformity. A responsive bid is defined as one that conforms to all the terms and conditions of the UNFPA s solicitation documents without material deviations. UNFPA shall determine the responsiveness of each bid with the UNFPA s bid solicitation documents. UNFPA reserves the right to annul the solicitation process and reject all bids at any time prior to award of the contract without thereby incurring any liability to the affected bidder(s) or any obligation to provide information on the grounds for the buyer s action. The bidders waive all rights to appeal against the decision made by UNFPA. 22. Right to Vary Requirements at Time of Award UNFPA reserves the right at the time of award of contract to vary the quantity of services and goods by 20% specified in the RFP without any change in price or other terms and conditions. 23. Signing of the contract The buyer shall send the successful bidder(s) the Long Term Agreement(s) valid for 3 years, which constitutes the Notification of Award. This will also be posted on the UNGM website. The successful bidder shall sign and date the Long Term Agreement(s), and return it to UNFPA within seven calendar days of receipt of the Long Term Agreement(s). The Long Term Agreement will be established between the successful bidder(s) and UNFPA to allow UNFPA to contract the provision of the specified services. This Agreement represents an offer on the part of the successful bidder(s) to provide UNFPA with services, for the prices agreed and under the Terms and Conditions detailed for the duration of the Agreement. It shall not represent a contract in itself, nor obliges UNFPA to any financial commitment whatsoever. Only Purchase Orders made pursuant to such Agreement and only for the items stipulated herein will constitute a commitment on UNFPA s part. UNFPA reserves the right to discontinue this Agreement if the Contractor s performance is not satisfactory to UNFPA. All prices shall be in USD only. The Contractor shall hold the prices fixed and not subject to change throughout the validity of this Agreement. The Contractor shall be responsible to apply to the Purchase Orders raised under this Agreement any special offer or discounts (if applicable) which may become effective at the time of fulfilling the order. Such discounts shall be reflected in the corresponding invoices. 24. Payment Provisions UNFPA s policy is to pay for the performance of contractual services rendered or to effect payment upon the achievement of specific milestones described in the contract. UNFPA s policy is not to grant advance payments except in unusual situations where the potential contractor, whether a private firm, NGO or a government or other entity, specifies in the bid that there are special circumstances warranting an advance payment. UNFPA will normally require a bank guarantee or other suitable security arrangement. Page 11 of 43

12 Any request for an advance payment is to be justified and documented, and must be submitted with the financial bid. The justification shall explain the need for the advance payment, itemize the amount requested and provide a time schedule for utilization of said amount. Information about your financial status must be submitted, such as audited financial statements at 31 December of the previous year and include this documentation with your financial bid. Further information may be requested by UNFPA at the time of finalizing contract negotiations with the awarded bidder. Page 12 of 43

13 ANNEX II: Terms of Reference (TOR) Long-Term Agreement on Supply of Services for Continuing Development Programme for UNFPA Leaders LEAD UNFPA 1. Background The United Nations Population Fund (UNFPA) is creating a new Continuing Development Programme for UNFPA Leaders called LEAD UNFPA. The arrival in 2011 of Babatunde Osotimehim as Executive Director of UNFPA gave the Division of Human Resources an ideal starting point for the launch of a new and comprehensive global leadership development programme. The last programme of this kind consisted of yearly five-day workshop sessions until In 2009 and 2010 the Africa region ran 5-day workshops for regional leaders with support from the UNFPA Learning and Career Management Branch. In addition there have been sporadic coaching and individual distance-learning initiatives. Recent evaluations have shown a deficit of UNFPA leaders performance in managing staff members and teams, as well as managing internal and external stakeholders, especially implementation partners. UNFPA is looking for a long-term partner to provide blended learning and development services that support the development as well as implementation of a programme that works towards closing these gaps. The Continuing Development Programme is meant to provide a long-term learning and performance architecture and services to the 800 staff members distributed over UNFPA s three managerial bands. In addition to Headquarters in New York (and liaison offices), managerial staff serves in 5 geographical regions including 120 country offices: Band 1: Mid-level management (P3 to P4, national NOC, NOD) Band 2: Senior management (P5 and D1) Band 3: Executive leadership (D2 and above) TABLE 1 Distribution of Managerial Staff at UNFPA Region Band 1: Mid-level Managers Band 2: Senior Managers Band 3: Executives TOTAL Headquarters Latin America and Caribbean Africa Arab States Eastern Europe and Central Asia Asia and Pacific TOTAL We believe in long-term development of our staff through continuous performance feedback, managerial guidance, and comprehensive support. Page 13 of 43

14 The recent introduction of a PeopleSoft Enterprise Learning Management System (version 9.0), as well as the technical infrastructure for an intranet, internal social networks, webinars, and online learning resources (including SkillSoft) have made it possible to offer a wider blended learning offer, which we would like to integrate into one single programme for our leaders. 2. Expected Results of the Continuing Development Programme for UNFPA Leaders LEAD UNFPA UNFPA works systematically to obtain measurable results, not just in its external programmes but also in its internal service offerings including training and development. The following results table lists the objectives as well as expected outcomes of LEAD UNFPA. It also provides the indicators on which we will be able to base our evaluation of the programme s success and return on investment: TABLE 2 Expected Results for Continuing Development Programme for UNFPA Leaders LEAD UNFPA Description Indicators Objectives Render UNFPA Leaders (Executive leadership, senior, and mid-level management) effective in: 1. Managing their teams 1.1. Year-over-year decrease in performance appraisal rebuttal procedures (internal statistics) 1.2. General staff satisfaction with management (staff survey) Outcomes 2. Managing internal and external stakeholders, especially implementation partners 3. Contributing to the development of the organization UNFPA Leaders are able to: 1. Apply best practice approaches to: - General management of people, funds, and programmes - Conflict management - Stakeholder communication and partner management 2. Show model behavior in: - Self-leadership 2. Stakeholders and implementation partners are effective in meeting UNFPA s expectations (as measured through audit reports) 3. Positive appreciation of organizational development by the Executive Director (annual interview) and the Executive Board (reports) 1. Best practice applied in assessment exercises during the leadership development programme 2. Behavioral improvements measured through multi-rater Page 14 of 43

15 - Situational leadership - Effective communication - Effective relation-building - Building of support for vision, ideas, and change 3. Perform effectively in different cultural environments - Managing their teams - Developing and motivating individual staff - Solving conflicts - Influencing stakeholders - Improving organizational innovation and performance 4. Continuously build their individual leadership competencies competency feedback 3. Performance improvements measured through annual Performance Appraisal (PAD) 4. Subsequent developmental outputs build on earlier achievements measured through longitudinal studies The outcomes are geared towards continuously improving leadership performance leading to better team and overall organizational performance. The underlying approach tries to address cognitive, behavioral, as well as performance aspects together and in a holistic way. The objectives and outcomes may evolve slightly over the years in adaptation to shifting strategies. Detailed performance analyses will be required to identify what for example self-leadership actually means, and where current gaps can be identified. The forthcoming revision of UNFPA s competency framework - especially in light of managerial competencies will serve as additional guidance. 3. Planned Programme Outputs The below table describes the different integrated components or outputs of the Continuing Development Programme for UNFPA Leaders. It gives a complete overview of the planned programme, including already existing components or services offered by UNFPA directly. This way the bidder is able to see how the actually requested services (see Table 4 Type and Frequency of Requested External Services ) fit into the overall programme. The programme approach is a blended approach to establishing a sustainable learning and performance architecture for UNFPA leaders over the years to come. Its content will eventually change and adapt to changing strategies as well as priorities identified in successive performance analyses. The overall programme will have to be updated on a yearly basis. UNFPA has identified indicators for the monitoring and evaluation of the programme. In addition, UNFPA will attempt to measure a yearly return on investment based on any measurable outcomes and other benefits that can be attributed to this programme. Page 15 of 43

16 TABLE 3 Description UNFPA managers participating in the programme use continuously a learning and performance architecture with the following integrated components: Planned Programme Outputs Indicators The target is participation of 80 managers per year proportionally from all bands depending on the future evolution of training priorities and budgets. 1. Information repositories (already existing: Skillsoft e-book library, Online journals and magazines) 2. Online self-learning (Already existing: Skillsoft e-courses, E- Cornell distance courses) 3. Performance support 4. Classroom training 5. Unit retreats to facilitate change 6. Webinars (Webinar technology available) 7. Formative assessments 8. Developmental assessments (Currently MBTI, NBI, Belbin assessments, and yearly multi-rater competency feedback linked to development plan) 9. Mentoring (Does not yet exist) 10. Coaching (Currenly employed sporadically) 11. Network and Community (Technical infrastructure for simple communities hosting assets and chats exists) 12. Performance environment (Yearly performance assessment and multi-rater feedback exist) 1. Repositories used by 30% of programme participants 2. Prescribed programme (mandatory and optional courses) completed by 90% of participants 3. Performance support utilized by 30% of participants 4. Classroom leadership seminars/ workshops, as well as strategic themebased workshops (e.g. per band) attended by 90% of invited participants 5. UNFPA units led by 10% of programme participants have done a retreat to facilitate change within the unit 6. 90% of programme participants have participated in the webinars prescribed for them in the programme and through their bands 7. 90% of programme participants have completed their assigned formative assessments 8. 90% of programme participants have used assessment tools as prescribed by the programme 9. 90% of programme participants have been mentored for at least 2 years % of Band 2 and 3 programme participants have utilized the coaching offer (depending on budgets available) % of programme participants are part of a UNFPA leadership community, and 30% are actively contributing 12. Leadership performance of all participants is measured, sanctioned/rewarded, and improvements are followed up with (e.g. through personal development plans and learning sheets) Page 16 of 43

17 13. Leaders s successor preparation 13. Potential successors to key leadership positions are pre-selected and specially trained by the Division of Human Resources 5. Type and Estimated Frequency of Requested External Services and Deliverables The following is a detailed listing of the services solicited in this Request for Proposal for a longterm agreement. As outlined before, UNFPA does not guarantee if or at what quantities it will solicit the listed services from the long-term contractor. This will depend primarily on the success of the programme, emphasis on selective management bands, and the evolution of training budgets and priorities. UNFPA will only consider proposals covering all of the mandatory requested services listed in the table Type and Estimated Frequency of Requested External Services and Deliverables. It is preferred that bidders also cover the optional services to the extent possible. The proposal should be structured around those requested services. The Price Schedule in Annex VII should guide you in the preparation of price proposals based on an assumed (but not guaranteed) estimation of needed services per year. The basic programme language will be English (Oxford Dictionary), and the bidder must be able to demonstrate actual delivery experience in English. The bidder should be able to deliver workshops, webinars, retreats, and coaching in all three languages (English, French, and Spanish). Supporting materials can be provided in English only. UNFPA is also asking to translate marketing and performance support materials from English into French and Spanish (see table below). While most self-learning and knowledge repository offers are in English, it would be beneficial to also include offers in French and Spanish if possible. UNFPA will solicit services which are part of a long-term agreement only on an as needed basis in applying the basic unit price proposed throughout the duration of the agreement. Any additional travel will be reimbursed according to standard UN rules. TABLE 4 Type and Estimated Frequency of Requested External Services and Deliverables Item Description Deliverables Estimated Frequency 1 Leadership performance and learning needs analysis refining and eventually updating outcomes in Table 2 2 Development of integrated programme concept for the following leadership bands: - Band 1: Mid-level management (P3- NOC/P4-NOD) - Band 2: Senior management (P5/D1) Leadership performance gap and cause analysis, and high-level intervention design (taking into account cultural influences and gender factors) UNFPA LEAD programme description (about 20 pages) More comprehensive first year, update in year 2 and 3 More comprehensive first year, update in year 2 and 3 Page 17 of 43

18 - Band 3: Executive leadership (>D1) 3 Creation of programme marketing materials and translation into French and Spanish 4 (Optional) Additional information repositories offered integrated with the programme 5 (Optional) Additional online selflearning offered integrated with classroom and webinar offers 6 Development and production of performance support based on the programme, and translation into French and Spanish 7 Preparation and facilitation of workshops leveraging leaders as teachers (differentiated by band) 8 (Optional) Preparation and facilitation of unit retreats to foster change 9 Preparation and conducting of webinars leveraging leaders as teachers (provision of infrastructure optional) 10 Design and application of formative assessments 11 Design of assessment plan leveraging existing tools MBTI, NBI, and Belbin (and optional proposal/provision of additional assessments and administration of all tools) to support the programme 12 Development (and optional administration) of mentoring scheme that fits with the programme 13 Provision of a distance coaching offer 14 Development of leadership community concept that fits with UNFPAs technical infrastructure Marketing products, e.g. production of brochure, website content, promotional material on the modalities of the programme and how to use each of its components (Optional) Access to information repositories provided on a per actual user license basis (Optional) Access to online selflearning provided on a per actual user license basis Performance support including job aids and interactive guides to facilitate on-the-job application of what is learned 5-day classroom workshop preparation and facilitation for about 30 participants each in different locations (tbd) 2-day unit retreat preparation and facilitation 2-hour webinar preparation and facilitation (about 6 different subjects per year with content changing every year) 30-minute formative assessments after learning events (at least on five areas in outcome 3 of Table 2) Plan describing the use of assessments (and optional provision of additional assessments and administration of all tools) as part of the programme (about 10 pages) Description (and optional administration) of UNFPA Mentoring Scheme (about 10 pages) At least 8 qualified coaches (4 English, 2 French, 2 Spanish) offered coaching through Skype (or comparable technology) Description of leadership community concept (about 10 pages) (and optional community First year, some in year 2 and 3 Each year Each year First year, updates in year 2 and 3 About 6 workshops per year About 8 retreats per year About one webinar every month About 5 per year First year, updates in year 2 and 3 First year, updates in year 2 and 3 (administration ongoing) About three onehour sessions each for 100 staff per year First year, updates in year 2 and 3 Page 18 of 43

19 (provision of infrastructure as well as community facilitation optional) 15 Development of recommendations to enhance UNFPA leaders performance environment 16 Development of recommendations to improve UNFPA s leaders successor preparation 17 Continuous programme update and improvement administration one community per band) Leaders performance environment recommendations (about 30 pages) Leaders successor preparation recommendations (about 20 pages) Programme improvement recommendations (about 10 pages) and subsequent programme update and implementation of approved improvements (administration ongoing) Yearly Yearly Yearly 1. Expertise and Demonstrated Performance of Service Provider In order for UNFPA to determine the bidder s qualification for the provision of the above services, we established the table below as an overview of what is important to us. Also, please provide us with evidence for your qualifications. As we usually receive a large number of bids, this will make it easier for us to verify what is being proposed. As explained earlier, we will ask all bidders who meet the technical evaluation threshold to participate in a web-conference so they have a chance to provide additional clarifications and evidence. TABLE 5 Expertise and Demonstrated Performance of Service Provider Expertise and Experience Evidence (to be submitted with Technical Proposals) 1. Well managed organization with effective global and local structure and processes Organization chart, description of management practices, partner agreements 2. Project references for large transnational, regionally structured, and culturally divers corporations/organizations At least 3 project descriptions, reference person for each project (name, organization, , telephone number) 3. Quality of deliverables Sample deliverables (or at least detailed description thereof) 4. Competencies of the organization / combined structure List of services 5. Proposed project team: structure and team member qualifications Organizational chart of proposed project team with role descriptions, full CV of each project team member (including international/cross-cultural experience and languages spoken/written) with and telephone numbers (only for use in case the proposal gets to interview stage) Page 19 of 43

20 6. Ability to deliver in English CVs of team members, sample deliverables 7. Ability to deliver in French and Spanish and CVs of team members, sample deliverables translate deliverables into French and Spanish 2. Programme Management The programme will be managed by the Learning and Career Management Branch (LCMB) within the Division for Human Resources (DHR) of UNFPA. Learning focal points in the 5 Regions and Headquarter Divisions will provide additional support to the programme s development and implementation. It is envisaged to from a standing programme committee composed of veteran UNFPA leaders to guide the development of the programme, to support its implementation, and to assist in its continuous improvement. We are currently determining a senior executive as the programmes primary sponsor. Page 20 of 43

21 ANNEX III: Bid Submission Form To: UNFPA Dear Sir / Madam, The undersigned, having read the solicitation documents of Request for Proposal, hereby offers to provide the services, in accordance with any specifications stated and subject to the Terms and Conditions set out or specified in the document. We agree to abide by this bid for a period of 90 days from the date fixed for opening of bid in the Request for Proposal, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We undertake, if our bid is accepted, to commence and complete delivery of all items in the contract within the time frame stipulated. We understand that you are not bound to accept any bid you may receive and that a biding contract would result only after final negotiations are concluded on the basis of the technical and price bids proposed. Dated this.....day of.....[year]. Signature: Name: Title: Company: address.. Page 21 of 43

22 ANNEX IV: Bidders Identification Form RFP 1. Company/Institution Name: 2. Address, Country: 3. Telephone: Fax Website 4. Date of establishment: 5. Name of Legal Representative: 6. Contact Person: 7. Type of Company: Natural Person Co.Ltd. Other 8. Organizational Type: Manufacturer Wholesaler Trader Other: 9. Number of Staff: 10. Years supplying to UN organizations: and to UNFPA: 11. Subsidiaries in the 22estin: Indicate name of subsidiaries and address a) b) c) 12. Commercial representative in the country (for international companies only) Name: Address: Telephone: Fax: Page 22 of 43

23 ANNEX V: Format of Bidder s Previous Experience and Clients No. Description (1) Client Contact person, phone number, address Date of service Contract Amount From To (Currency) (1) Bidder shall indicate the description of products, services or works provided to their clients. Please indicate relevant contracts to the one requested in the RFP. Page 23 of 43

24 ANNEX VI: Technical Bid The bidder is expected to respond to all aspects of the terms of reference and structure the proposal around the Requested External Services and Deliverables and Expertise and Demonstrated Performance of Service Provider listed in the Tables 4 and 5. Page 24 of 43

25 ANNEX VII: Price Schedule Form 1. FINANCIAL PROPOSAL FOR FIRST YEAR (Rates will be fixed throughout the year) The Long Term Agreement will be established based on fixed Total Unit Cost basis (Column H) as well as fixed Total Travel Costs to Selected Locations (Column J) with no guarantee on quantities and selected travel destinations. Both, quantities of items and travel destinations will depend on the evolving scope of the programme and its budgets. If any additional travel (including to destinations other than those selected in the estimation below) should be required, it will be reimbursed according to standard UN rules. UNFPA does not pay for any overhead charges. Numbers on Column (I) and Column (K) will be used only for bid evaluation purposes. Item Reference per TABLE 4 (A) ITEM (B) Total Person days (C ) Average fee per person day (US$) (D) Total fee cost (US$) (E) License cost (US$) (F) Material costs (US$) (G) Page 25 of 43 TOTAL UNIT COST without travel (US$) (H) Estimated item quantity (I) Total travel cost (local and international) per selected destination, including all expenses (US$) (J) Mandatory Items (partial bidding will not be accepted) 1 Leadership performance 1 New York gap and cause analysis, and high-level intervention design 2 UNFPA LEAD programme description 3 Marketing products 3 Translation of marketing products into French 3 Translation of marketing products into Spanish 6 Performance support materials 6 Translation of TOTAL PROJECTED COST (US$) based on estimated item quantity and selected travel destination (K)

26 performance support materials into French 6 Translation of performance support materials into Spanish 7 5-Day classroom 2 New York workshop preparation and facilitation 7 See above 1 Johannesburg 7 See above 1 Johannesburg 7 See above 1 Bangkok 7 See above 1 Panama 9 2-Hour Webinar 12 n/a preparation and facilitation 10 Formative assessments 5 n/a 11 Assessment plan 12 Description of UNFPA Mentoring Scheme 13 Distance coaching per 100 n/a UNFPA staff (three onehour sessions) 14 Description of leadership community concept 15 Leaders performance environment recommendations 16 Leaders successor preparation recommendations 17 Programme improvement recommendations and update TOTAL FIRST YEAR PROJECTED MANDATORY PROGRAMME COST IN US$ Page 26 of 43

27 Optional Items 4 (Optional) Access to information repositories 5 (Optional) Access to online self-learning 8 (Optional) 2-Day unit retreat preparation and facilitation 9 (Optional) Webinar Infrastructure 10 (Optional) Access to assessment tools 10 (Optional) Administration of assessment tools 11 (Optional) Administration of UNFPA Mentoring Scheme 13 (Optional) Provision of leadership communicty infrastructure by band 13 (Optional) Facilitation of leadership communities one for each of three managerial bands 800 n/a 800 n/a 8 n/a (will apply standard UN rates) 12 n/a 800 n/a 800 n/a 800 n/a 3 n/a 3 n/a TOTAL FIRST YEAR PROJECTED OPTIONAL PROGRAMME COST IN US$ Page 27 of 43

28 2. FINANCIAL PROPOSAL FOR SECOND YEAR (Rates will be fixed throughout the year) The Long Term Agreement will be established based on fixed Total Unit Cost basis (Column H) as well as fixed Total Travel Costs to Selected Locations (Column J) with no guarantee on quantities and selected travel destinations. Both, quantities of items and travel destinations will depend on the evolving scope of the programme and its budgets. If any additional travel (including to destinations other than those selected in the estimation below) should be required, it will be reimbursed according to standard UN rules. UNFPA does not pay for any overhead charges. Numbers on Column (I) and Column (K) will be used only for bid evaluation purposes. Item Reference per TABLE 4 (A) ITEM (B) Total Person days (C ) Mandatory Items (partial bidding will not be accepted) 1 Update of leadership performance gap and cause analysis, and highlevel intervention design 2 Update of UNFPA LEAD programme description 3 Additional marketing products 3 Translation of additional marketing products into French 3 Translation of additional marketing products into Spanish 6 Update of performance support materials Average fee per person day (US$) (D) Total fee cost (US$) (E) License cost (US$) (F) Material costs (US$) (G) TOTAL UNIT COST without travel (US$) (H) Estimated item quantity (I) Total travel cost (local and international) per selected destination, including all expenses (US$) (J) 1 New York TOTAL PROJECTED COST (US$) based on estimated item quantity and selected travel destination (K) Page 28 of 43

29 6 Update of performance support materials in French 6 Update of performance support materials in Spanish 7 5-Day classroom workshop 2 New York preparation and facilitation 7 See above 1 Johannesburg 7 See above 1 Bangkok 7 See above 1 Cairo 7 See above 1 Istanbul 9 2-Hour Webinar 12 n/a preparation and facilitation 10 Update of formative 5 n/a assessments 11 Update of assessment plan 12 Update of UNFPA Mentoring Scheme 13 Distance coaching per 100 n/a UNFPA staff (three onehour sessions) 14 Update of leadership community concept 15 Leaders performance environment recommendations 16 Leaders successor preparation recommendations 17 Programme improvement recommendations and update TOTAL SECOND YEAR PROJECTED MANDATORY PROGRAMME COST IN US$ Page 29 of 43

30 Optional Items 4 (Optional) Access to information repositories 5 (Optional) Access to online self-learning 8 (Optional) 2-Day unit retreat preparation and facilitation 9 (Optional) Webinar Infrastructure 10 (Optional) Access to assessment tools 10 (Optional) Administration of assessment tools 11 (Optional) Administration of UNFPA Mentoring Scheme 13 (Optional) Provision of leadership communicty infrastructure 13 (Optional) Facilitation of leadership communities one for each of three managerial bands 800 n/a 800 n/a 8 n/a (will apply standard UN rates) 12 n/a 800 n/a 800 n/a 800 n/a 3 n/a 3 n/a TOTAL SECOND YEAR PROJECTED OPTIONAL PROGRAMME COST IN US$ Page 30 of 43

31 3. FINANCIAL PROPOSAL FOR THIRD YEAR (Rates will be fixed throughout the year) The Long Term Agreement will be established based on fixed Total Unit Cost basis (Column H) as well as fixed Total Travel Costs to Selected Locations (Column J) with no guarantee on quantities and selected travel destinations. Both, quantities of items and travel destinations will depend on the evolving scope of the programme and its budgets. If any additional travel (including to destinations other than those selected in the estimation below) should be required, it will be reimbursed according to standard UN rules. UNFPA does not pay for any overhead charges. Numbers on Column (I) and Column (K) will be used only for bid evaluation purposes. Item Reference per TABLE 4 (A) ITEM (B) Total Person days (C ) Mandatory Items (partial bidding will not be accepted) 1 Update of leadership performance gap and cause analysis, and high-level intervention design 2 Update of UNFPA LEAD programme description 3 Additional marketing products 3 Translation of additional marketing products into French 3 Translation of additional marketing products into Spanish 6 Update of performance support materials Average fee per person day (US$) (D) Total fee cost (US$) (E) License cost (US$) (F) Material costs (US$) (G) TOTAL UNIT COST without travel (US$) (H) Estimated item quantity (I) Total travel cost (local and international) per selected destination, including all expenses (US$) (J) 1 New York TOTAL PROJECTED COST (US$) based on estimated item quantity and selected travel destination (K) Page 31 of 43

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and Dear Sir/Madam, Subject: Request for Proposals for [Provision of Cash Delivery Services] Project no. Multiple 1. The United Nations Office for Project Services (UNOPS) is seeking qualified offers for the

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

(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

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

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

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

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

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

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS LONG TERM AGREEMENT (LTA) FOR AUDIT OF THE UNDP PROJECTS EXECUTED BY NATIONAL AGENCIES (NIM) AND NON GOVERNMENTAL ORGANIZATIONS (NGO) Reference: RFP UGA-001-2014 UGANDA United Nations

More information

REQUEST FOR PROPOSAL (RFP) UNFPA/IDN/13/01

REQUEST FOR PROPOSAL (RFP) UNFPA/IDN/13/01 REQUEST FOR PROPOSAL (RFP) No. SERVICES: ESTABLISHING A TECHNICAL SUPPORT UNIT (TSU) FOR STRENGTHENING FAMILY PLANNING PROGRAMME AT BKKBN INDONESIA To: Interested Organizations/Firms Date: 27 February

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

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

REQUEST FOR PROPOSAL RFP/UNDPKEN/013/2016. Provision of Travel Management Services To UNDP Kenya and partner agencies on Long Term Agreement Basis

REQUEST FOR PROPOSAL RFP/UNDPKEN/013/2016. Provision of Travel Management Services To UNDP Kenya and partner agencies on Long Term Agreement Basis REQUEST FOR PROPOSAL RFP/UNDPKEN/013/2016 Provision of Travel Management Services To UNDP Kenya and partner agencies on Long Term Agreement Basis KENYA November, 2016 Page 1 of 57 Section 1. Letter 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

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

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

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

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

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

Request for Quotation (RFQ) for Services Transportation Service in Colombia

Request for Quotation (RFQ) for Services Transportation Service in Colombia Request for Quotation (RFQ) for Services Transportation Service in Colombia RFQ Ref No: 11961_RFQ_COL_Transportation Service in Colombia_16_47 Version: v2016.1 UNOPS v2014.1 1 of 6 Invitation letter Dear

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

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) G H A N A Long-Term Agreement (LTA) for provision of Printing, Graphic Design Services and Polo T Shirts for UNDP Ghana and other United Nations (UN) Agencies. Procurement Reference

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Provision of hotel services in Minsk to the UN Agencies (accommodation, organization and conduction of events, catering services) RFP 412/2015 BELARUS United Nations Development Programme

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

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

REQUEST FOR PROPOSALS (RFP/UNDP/INDIA/2014/002)

REQUEST FOR PROPOSALS (RFP/UNDP/INDIA/2014/002) REQUEST FOR PROPOSALS Selection of Cluster Level Agencies (CLA) to support implementation of energy efficient production in small scale steel industry in India (RFP/UNDP/INDIA/2014/002) United Nations

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

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Organization of a study tour for journalists to Denmark Moldova Energy and Biomass Project Republic of Moldova This project is funded by the European Union and implemented by the

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

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

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

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

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

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

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

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

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

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

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

TERMS OF REFERENCE FOR VEEAM LICENSING AND DEPLOYMENT

TERMS OF REFERENCE FOR VEEAM LICENSING AND DEPLOYMENT TERMS OF REFERENCE FOR VEEAM LICENSING AND DEPLOYMENT AFRICAN INSTITUTE FOR MATHEMATICAL SCIENCES THE NEXT EINSTEIN INITIATIVE TENDER No AIMS/PIMS/04/BKS/16/07 Closing Date: August 7 th, 2016 JULY 28,

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

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

BANK OF MAURITIUS REQUEST FOR PROPOSAL (RFP) Consultancy Services for the Implementation of IFRS 9 by. Bank of Mauritius BANK OF MAURITIUS REQUEST FOR PROPOSAL (RFP) Consultancy Services for the Implementation of IFRS 9 by Bank of Mauritius MARCH 2018 1 BID Information Sheet 4 2 INTRODUCTION... 5 2.1 STATEMENT OF PURPOSE...

More information

Invitation to bid (ITB) for services

Invitation to bid (ITB) for services Invitation to bid (ITB) for services Distribution of solar lamp and mobile phone charging kits to IDPs in the Kurdistan Region of Iraq ITB Section 1: Bid data sheet Invitation to bid (ITB) for services

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

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

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

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM. Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ 02/069-70 For Supply and Delivery of Optical MODEM January, 2013 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,

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

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

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

United Nations Development Programme

United Nations Development Programme SECTION 1: INSTRUCTIONS TO BIDDERS 4A Yakubi St., Jerusalem, 91191, P.O. Box: 51359 Tel: (972 2) 626 8200 Fax: (972 2) 626 8222 www.undp.ps Page 2 of 74 INSTRUCTIONS TO BIDDERS A. Introduction 1. General:

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

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

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

ANNEX VIII a STANDARD FORMATS AND TEMPLATES ANNEX VIII a STANDARD FORMATS AND TEMPLATES STANDARD BID EVALUATION FORMAT FOR THE PROCUREMENT OF GOODS 1 Preface 1. This standard tender evaluation format for the procurement of Goods has been prepared

More information

United Nations Development Programme

United Nations Development Programme United Nations Development Programme REQUEST FOR PROPOSALS RFP for the provision of Adobe Experience Manager (AEM) Managed Services RFP No.: UNDP-BMS-OIMT-RFP-2017-010 Issued on: 16 October 2017 SECTION

More information

Invitation to Bid (ITB) for goods. For the. Purchase of Cement. ITB No: ITB-JAM (JH)

Invitation to Bid (ITB) for goods. For the. Purchase of Cement. ITB No: ITB-JAM (JH) Invitation to Bid (ITB) for goods For the Purchase of Cement ITB No: ITB section1: Bid data Date: 15 December 2015 Invitation To Bid (goods) Purchase of Cement Section 1: Bid data Bid number: Project:

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS DEVELOPMENT OF A BLENDED LEARNING TRAINING PACKAGE FOR THE CURRENTLY EXISTING HIV INTEGRATED TRAINING CURRICULUM FOR ZIMBABWE RFP-ZIM-GF-073-2017 Zimbabwe United Nations Development

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

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

More information

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

برنامج األمم المتحدة اإلنمائي/ برنامج مساعدة الشعب الفلسطيني

برنامج األمم المتحدة اإلنمائي/ برنامج مساعدة الشعب الفلسطيني SECTION 1: INSTRUCTIONS TO BIDDERS 4A Yakubi St., Jerusalem, 91191, P.O. Box: 51359 Tel: (972 2) 626 8200 Fax: (972 2) 626 8222 www.undp.ps Page 2 of 67 INSTRUCTIONS TO BIDDERS A. Introduction 1. General:

More information

UNIVERSITY OF PERADENIYA

UNIVERSITY OF PERADENIYA UNIVERSITY OF PERADENIYA INVITATION FOR BIDS (IFB) PURCHASING OF PHOTOCOPY PAPERS 1. The Chairman, University Procurement Committee on behalf of the University of Peradeniya now invites sealed bids from

More information

NEPAL DOORSANCHAR COMPANY LIMITED Wireline and Customer Service Directorate Chhauni, Kathmandu

NEPAL DOORSANCHAR COMPANY LIMITED Wireline and Customer Service Directorate Chhauni, Kathmandu NEPAL DOORSANCHAR COMPANY LIMITED Wireline and Customer Service Directorate Chhauni, Kathmandu BIDDING DOCUMENT for Supply and Delivery of Twenty Four (24) Core Self Supporting Aerial Optical Fiber Cable

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

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

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

for SUPPLY OF HP TONER CARTRIDGE

for SUPPLY OF HP TONER CARTRIDGE SHORT TERM TENDER for SUPPLY OF HP TONER CARTRIDGE Tender no. SPIC/2015/29897/A Date: 24/09/2015 Society for Promotion of Information Technology in Chandigarh ( Under the aegis of Department of Information

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

REQUEST FOR PROPOSAL (RFP) DOCUMENT

REQUEST FOR PROPOSAL (RFP) DOCUMENT REQUEST FOR PROPOSAL (RFP) DOCUMENT WWF MWIOPO Près lot II M 85 Ter Antsakaviro (101) Antananarivo Tél: +261 34 49 888 04 Tél: +261 34 49 888 05 Tél: +261 34 49 888 06 Tél: +261 20 22 348 85 Tél: +261

More information

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE SUPPLY OF PROMOTIONAL ITEMS Contract#63/2018 /KFW/CCCCC October 2018 Funded by the KfW

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

INVITATION TO BID. Tender for Long Term Agreement with UNDP Bougainville Project/ Sub Office on Supply of Printing Services

INVITATION TO BID. Tender for Long Term Agreement with UNDP Bougainville Project/ Sub Office on Supply of Printing Services INVITATION TO BID Tender for Long Term Agreement with UNDP Bougainville Project/ Sub Office on Supply of Printing Services United Nations Development Programme October, 2016 Section 1. Letter of Invitation

More information

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) 23 July 2018 RFQ No.11440 REQUEST FOR QUOTATION (RFQ) RFQ Description Closing Date and Time Briefing Session Date and Time Site Inspection : Data Model to analyse Sasria 3 year claims : 30 July 2018 at

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

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

REQUEST FOR PROPOSALS. Advocacy & Media Campaign Development Achieving Kuwait 2035 Vision Towards Persons with Disability Project Kuwait

REQUEST FOR PROPOSALS. Advocacy & Media Campaign Development Achieving Kuwait 2035 Vision Towards Persons with Disability Project Kuwait REQUEST FOR PROPOSALS Advocacy & Media Campaign Development Achieving Kuwait 2035 Vision Towards Persons with Disability Project Kuwait Page 1 of 47 Section 1. Notice of Invitation RFP/UNDP/KW/2017/11_

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

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

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS To Establish Long Term Agreements (LTAs) for Public Cloud Services and for Migration, Integration and Support Services RFP/UNDP/OIST/LTA/003/2013 Office of Information Systems and

More information

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

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

More information

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

GLOBAL TERMS OF REFERENCE FRAMEWORK CONTRACT SERVICES FOR THE IMPLEMENTATION OF EXTERNAL AID (SIEA) 2018 EUROPEAID/138778/DH/SER/MULTI CONTENTS

GLOBAL TERMS OF REFERENCE FRAMEWORK CONTRACT SERVICES FOR THE IMPLEMENTATION OF EXTERNAL AID (SIEA) 2018 EUROPEAID/138778/DH/SER/MULTI CONTENTS GLOBAL TERMS OF REFERENCE FRAMEWORK CONTRACT SERVICES FOR THE IMPLEMENTATION OF EXTERNAL AID (SIEA) 2018 EUROPEAID/138778/DH/SER/MULTI CONTENTS 1 BACKGROUND INFORMATION... 2 1.1 GENERAL INFORMATION...

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

INVITATION TO BID. ITB/KRT/15/032 UNDP, Sudan

INVITATION TO BID. ITB/KRT/15/032 UNDP, Sudan INVITATION TO BID ITB/KRT/15/032 UNDP, Sudan United Nations Development Programme May, 2015 1 Section1. Letter of Invitation Khartoum, Sudan May 26, 2015 Provision of Conference and Events Management Services

More information

GENERAL INSTRUCTION TO CONTRACTORS (GIC)

GENERAL INSTRUCTION TO CONTRACTORS (GIC) GENERAL INSTRUCTION TO CONTRACTORS (GIC) 1. Description of Works See attached Annex B SOW/BOQ/Plans 2. Corrupt, Fraudulent and Coercive Practices IOM requires that all IOM Staff, contractors, manufacturers,

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

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

National Survey on Violence against Women and Girls in Ukraine

National Survey on Violence against Women and Girls in Ukraine REQUEST FOR PROPOSAL (RFP) RFP No. 29 April 2014 Address: 4 Klovskiy Uzviz St., Kyiv, Ukraine 01021 Fax: +380 44 253 1316 Telephone: +380 44 253 0053 Website: www.unfpa.org.ua National Survey on Violence

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

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

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

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES COUNTY GOVERNMENT OF NYERI DEPARTMENT OF INFRASTRUCTURE DEVELOPMENT PROPOSED CONSTRUCTION OF GUMBA GICHAGI FOOTBRIDGE IN RUGI WARD CGN/INF/62/16-17 BILLS OF QUANTITIES ISSUED BY: COUNTY WORKS OFFICER COUNTY

More information

ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project

ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project Bidding document For Design, supply, installation and Commissioning of Electrical equipment to upgrade Rubavu Network from 6.6kV to 30kV. Tender

More information

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU COUNTY GOVERNMENT OF KIAMBU DIRECTORATE OF PUBLIC WORKS PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU AT TENDER NO. KCG/YASC/STADIUM/001/2015/2016 TENDER DOCUMENTS ISSUED BY: PREPARED/CHECKED

More information