REQUEST FOR QUOTATION (RFQ)

Size: px
Start display at page:

Download "REQUEST FOR QUOTATION (RFQ)"

Transcription

1 REQUEST FOR QUOTATION (RFQ) RFQ SOLICITATION INFORMATION Requesting Organization: Family Health International (FHI 360) Issuance Date: Friday, March 7, 2018 RFQ Reference Number: FHI360-K/HSDSA-VEH/ RFQ Deadline of Submission: Friday, March 15, 2018, 1000 hours Electronic submission is authorized to address indicating the RFQ reference number FHI360-K/HSDSA-VEH/ DISCLAIMER: Issuance of this solicitation does not constitute an award commitment by FHI 360 nor a guarantee to award a contract. This RFQ represents only a definition of requirements. It is merely an invitation for submission of a quotation. FHI 360 has no contractual obligations with any firm, bidder or offeror based upon the issuance of this RFQ. It does not legally obligate FHI 360 to accept any of the submitted offers or proposals in whole or in part. This RFQ is for the following commercial items. 1. LOT 1: Quantity Six (6), Description Passenger Hardtop or Equivalent, 4*4, 9 seater capacity, manual transmission, adapted to heavy duty suspension for local conditions. Quoted vehicle must demonstrate extensive reputation and capacity for extreme rugged terrain in remote far flung areas of Turkana, Samburu, Laikipia and Narok. The vendor shall provide evidence, information and documentation of after sales service support and availability of spares and parts in the five locations. All vehicles shall be right hand drive (RHD). 2. LOT 2: Quantity Three (3), Description Passenger Utility Vehicle 4*4, 7 seater capacity, manual transmission, adapted to heavy duty suspension for local conditions. The vehicles will operate in Nakuru and Kajiado and the surrounding rugged roads and environs. The vendor shall provide evidence, information and documentation of after sales service support and availability of all spares and parts in the two locations. All vehicles shall be right hand drive (RHD). 1. ANTICIPATED AWARD FHI 360 anticipates issuing a firm fixed-price purchase order in local currency (Kenya shillings) for the selected vendors most responsive in their quotation for the above requirements described in this RFQ. Interested vendors may propose U. S. dollars indicating reasons for the request in US$. FHI 360 reserves the right to determine the final ruling currency. For the application for tax exemption of duties, levies and taxes, any and all proforma invoices shall be stated in Kenya shillings upon request. All products and all services that may be furnished or provided under this RFQ shall be to the satisfaction of FHI 360 and in accordance with the specifications, terms, and conditions stated in this RFQ and in the contract that will be developed with the winning bidder. FHI 360 reserves the right to inspect the products furnished or the services performed, and to determine the quality, acceptability, and fitness of such products or services. FHI 360 also reserves the right to visit the prospective offerors premises including the store front, all warehouses and service facilities before and after award. 2. SUBMISSION AND EVALUATION INSTRUCTIONS 1

2 2.1 SUBMISSION Electronic submission is authorized for this RFQ no. FHI360-K/HSDSA-VEH/ and any other mode will not be considered. Submit your quotation to address On Subject Line: Indicate the RFQ reference number FHI360-K/HSDSA-VEH/ NOTE: Interested vendors may quote for one, several or all lots. Issuance of this solicitation does not constitute an award commitment by FHI 360 nor a guarantee to award a contract. This RFQ represents only a definition of requirements. It is merely an invitation for submission of a quotation. FHI 360 has no contractual obligations with any firm, bidder or offeror based upon the issuance of this RFQ. It does not legally obligate FHI 360 to accept any of the submitted offers or proposals in whole or in part. FHI 360 is not obligated to compensate offerors whatsoever for the preparation of responses to this RFQ. 2.2 TECHNICAL AND PRICE EVALUATION FACTORS a) All responses to this RFQ must be received no later than 1000 hrs Nairobi time on Friday, March 16, Quotations SHALL be submitted for the following factors and format. A soft word attachment is provided for your use. The evaluation factors and scoring criteria is provided below. Issuance Date: Friday, March 9, 2018 RFQ Reference Number: FHI360-K/HSDSA-VEH/ RFQ Deadline of Submission: Friday, March 16, 2018, 1000 hours Specify LOT No. and Description of the LOT Evaluation Factors and the Scoring Guide Proposed Vehicle Base Price Duty Free (Marks 10/100) Duties, Taxes and Levies (specify IDF, RDL, Excise, Import, VAT, etc) Sub-Evaluation Factors Brand, Model and Quantity The vendor should state the base price per vehicle independent from taxes, duties and other applicable GOK levies. All applicable duties must be provided. Indicate the rate, basis of calculation, and the amount of applicable duties, levies and taxes for evaluation and application by FHI 360 for duty/vat/levy exemption to USAID. Vendor Responses FHI 360 Evaluation Comments, Results and Scoring Total Quantity, Price, Duty/tax/Levies of the Proposed Vehicle Engine/ Power plant As necessary, the base prices shall be itemized to clearly reference applicable duties/taxes/ levies referenced to ensure there is no ambiguity or assumptions and preclude the need to seek clarifications. Indicate the quantity, unit price, sub total value, duty/tax/levies amount, and Total Price Cubic Capacity/CC 2

3 Issuance Date: Friday, March 9, 2018 RFQ Reference Number: FHI360-K/HSDSA-VEH/ RFQ Deadline of Submission: Friday, March 16, 2018, 1000 hours Specify LOT No. and Description of the LOT Evaluation Factors and the Scoring Guide (Marks 5/100) Sub-Evaluation Factors Fuel Type (Diesel or Petrol) Indicate whether turbo charged? Fuel consumption information backed up by performance and test data. Localization to address fuel quality in Kenya Any other information Vendor Responses FHI 360 Evaluation Comments, Results and Scoring Gearbox (Marks 10/100) Manual Only Dimensions and capacity of passengers excluding driver, information on passenger safety and comfort, boot space (Marks 10/100) Weight Suspension System (Marks 15/100) Tyres (Marks 3/100) Brakes (Marks 5/100) Fuel Tank (Marks 2/100) LXWXH (mm) Gross and Tare Weight Front - Heavy duty suspensionprovide performance and technical details. Rear - Heavy duty suspensionprovide performance and technical details. Front, Rear, Spare - All terrain/at proven- provide brand, performance and technical specifications Front - Performance and technical details required Rear - Performance and technical details required Type Plastic, Aluminum, Stainless, etc Capacity - Provide quantity, capacity including reserve tanks details if applicable. 3

4 Issuance Date: Friday, March 9, 2018 RFQ Reference Number: FHI360-K/HSDSA-VEH/ RFQ Deadline of Submission: Friday, March 16, 2018, 1000 hours Specify LOT No. and Description of the LOT Evaluation Factors and the Scoring Guide Wipers Source Nationality Tool Kit (Marks 2/100) Body Kit Wheel Jack Hazard Traffic Signage Fuel Container Ground clearance (Marks 2/100) Sub-Evaluation Factors Front and rear at a minimum; any other as applies to the brand. Authorized Geographic Code is 935 Authorized Geographic Code is 935 Required please provide details of all tools to be provided and the images If applicable for the model proposed and images Quantity, type, operability and suitability for purpose of hoisting vehicle for tyre change or other service. Quantity, type and suitability for hazard situations Quantity, type, capacity and the safety mechanism and standard for ferrying and holding flammable fuel including its sitting provision in the car. Suitable and appropriate 4*4 vehicles adapted for rough terrain Vendor Responses FHI 360 Evaluation Comments, Results and Scoring Body type fully covered for lots 1 and 2. Lot 3 boot space is required to be framed and provided with a removable high quality canvas (Marks 3/100) Warranty- provide applicable warranty for service and all major critical parts (Marks 5/100) Specify lot 3 s boot space framing material suitable to withstand the rigors of tough remote terrain Provide images of the double cab detailing the frame work and also when covered with the canvas. Provide details of the canvas material s gauge and its suitability for the protection, safety and security of boot luggage. The offeror must describe warranty statement of equipment and/or critical performance parts (engine, gearbox, startor, turbo, 4WD transmission mechanism, alternator, radiator, brake system, air conditioning, alarm and security, 4

5 Issuance Date: Friday, March 9, 2018 RFQ Reference Number: FHI360-K/HSDSA-VEH/ RFQ Deadline of Submission: Friday, March 16, 2018, 1000 hours Specify LOT No. and Description of the LOT Evaluation Factors and the Scoring Guide Sub-Evaluation Factors etc). All warranty must service for a period of not less than one (1) year. This is an important evaluation consideration. Vendor Responses FHI 360 Evaluation Comments, Results and Scoring Service centers (Marks 10/100) Delivery is at the supplier premises Training User and Service (Marks 3/100) Delivery Terms (Marks 2/100) Provide dealer service center locations for the regions the vehicles will be used as well as another listing country wide applicable to model quoted. The quoted price shall be exwarehouse supplier premises, Kenya. In accordance with industry practice for brand new vehicles, provide the expected mileage reading at inspection as well as the recommended test drive mileage and certification procedure for hand-over. a. Brand/model training for drivers on handling as well as basic maintenance should be provided. Kindly provide certification curriculum. This will be done upon award of purchase order and prior to delivery. b. The vendor shall also provide administrative training on minor and major service requirements This RFQ expects the vendors to import the vehicles upon confirmation of order accompanied by the approved DA1 form exempting duties, taxes and levies. The vendor s delivery terms are to be indicated in calendar days from/upon receipt of LPO and DA1 form and should provide and take into consideration the vendor s realistic experience of port clearance schedules and discharge. 5

6 Issuance Date: Friday, March 9, 2018 RFQ Reference Number: FHI360-K/HSDSA-VEH/ RFQ Deadline of Submission: Friday, March 16, 2018, 1000 hours Specify LOT No. and Description of the LOT Evaluation Factors and the Scoring Guide Any Extras at no additional cost Sub-Evaluation Factors As may be applicable Vendor Responses FHI 360 Evaluation Comments, Results and Scoring TOTAL 100/100 FHI 360 Official Use Only FHI 360 Official Use Only FHI 360 Official Use Only b) The quotation will be supported with performance and technical data sheets with a description of how the RFQ specifications are met by the proposed vehicle brand and make. Thee quotations must be valid for at least 180 days from the date of RFQ deadline and MUST be specifically stated. The quotation must be in company letter head, signed and stamped. Due to the process of applying and receiving DA1 exemption, it is normal and ordinary for FHI 360 to request for the vendor extension of the quotes. c) The vendor shall specify the lots they are quoting, description of the brand, make, and the quantity. The vendor should state the base prices per vehicle independent from taxes, duties and other applicable GOK levies. Accordingly, indicate the rate, basis of calculation, and the amount of applicable duties, levies and taxes for evaluation and application by FHI 360 for duty/vat/levy exemption to USAID. As necessary, the base prices shall be itemized to clearly reference applicable duties/taxes/levies referenced to ensure there is no ambiguity or assumptions and preclude the need to seek clarifications. d) SOURCE (the country from which a commodity is shipped to the cooperating country (or the cooperating country itself if the commodity is located therein at the time of the purchase). In the case of a commodity shipped from a free port or bonded warehouse in the same form it was received therein, "source" is the country from which the commodity was shipped to the free port or bonded warehouse). The authorized geographic code is 935 and the vendor shall indicate the source of every vehicle quoted. Interested suppliers for the vehicles MUST specify source without exception as defined below. Failure to do so will automatically disqualify eligibility for consideration of the submitted quotation. e) NATIONALITY (refers to the place of incorporation, ownership, citizenship, residence, etc. of suppliers of goods and services). The authorized geographic code is 935 and the vendor shall indicate the nationality of every vehicle quoted. Interested suppliers for the vehicles MUST specify nationality without exception. Failure to do so will automatically disqualify eligibility for consideration of the submitted quotation. f) WARRANTY/IES: The offeror must describe warranty statement of equipment and/or critical performance parts (engine, gearbox, startor, turbo, 4WD transmission mechanism, alternator, radiator, brake system, air conditioning, alarm and security, etc). All warranty must service for a period of not less than one (1) year. This is an important evaluation consideration. 6

7 g) PERIOD OF PERFORMANCE: FHI 360 anticipates issuing apparent successful offerors notices 14 calendar days from the date of RFQ deadline, or longer under changed circumstances. Only the winning bidders will be contacted. The successful offerors will be expected to commence performance immediately upon award and complete delivery within the agreed time by both parties. The purchase orders shall be accompanied by the approved DA1s exempting duties, taxies and levies as applicable. The vendors shall be bound to meet the strict timelines of the approved DA1 exemption approvals. h) DUNS Number: If an interested vendor does not have a DUNS number, visit to apply and receive it. i) Interested vendors shall provide VAT & PIN numbers as applicable. j) Any quotations received after the RFQ closing date and time may not be accepted. 3. CONTRACT MECHANISM & TERMS OF PAYMENT FHI 360 anticipates issuing purchase orders for each lot. Prospective bidders should note that the FHI 360 s terms of payment is within 30 days after delivery of a proper and accepted invoice. A Purchase Order template of general terms and conditions is provided as Appendix E for your information. The final applicable terms and conditions will be provided with the Purchase Order in accordance with this RFQ. 4. RFQ TERMS AND CONDITIONS Bidders are responsible for reviewing the terms and conditions described in the RFQ. a) RFQ Not an Offer Issuance of this solicitation does not constitute an award commitment by contractor (FHI 360) nor a guarantee that Contractor will award a contract. This RFQ represents only a definition of requirements. It is merely an invitation for submission of a quotation. Contractor has no contractual obligations with any firms based upon issuance of this RFQ. It does not legally obligate Contractor to accept any of the submitted proposals in whole or in part. b) Late Submissions, Modifications, and Withdrawals of Proposals At the discretion of Contractor, any quotation received at the office designated in the solicitation after the exact date and time specified for the receipt may not be considered unless it is received before award is made and it was determined by Contractor that the late receipt was due solely to mishandling by Contractor after receipt at its offices. Offerors may withdraw their quotations without prejudice from consideration at any time prior to the awarding of the contract by sending an to kenya-procurement@fhi360.org FHI 360 will not be responsible for errors or omissions in your quotation. You will be permitted to submit only one quotation covering one, several or all lots. You may not revise submitted quotations after the RFQ deadline day and time. After the deadline, revisions to your original submission will not be allowed except as requested by FHI 360. c) Costs for Proposal Development Costs for developing the quotation responses are entirely the responsibility of the offeror and shall not be charged in any manner to FHI 360. d) Discussions and Award FHI 360 reserves the right to seek clarifications, enter into discussions or negotiations, or to make award on initial submissions without discussions or negotiations of any kind. FHI 360 reserves the right to exclude from further consideration any quotation at any time prior to the conclusion of the selection process. e) Proposal Validity Date All information submitted in connection with this RFQ will be valid for at least one hundred and eighty (180) days from the RFQ due date. This includes, but is not limited to, cost, pricing, terms and conditions, service levels, and all other information. If your firm is awarded the contract, all information in the RFQ and during the negotiation process is contractually binding. f) Offer Verification 7

8 FHI 360 may contact offerors to confirm contact person, address, offer amount and to confirm that the offer was submitted for this solicitation, or any relevant information to this solicitation. g) Liquidated Damages (subject to resulting contract) The vendor recognizes the importance of completing the work in accordance with the schedule and terms set forth herein and agrees to the following liquidated damages provisions and procedures. Upon discovery of information indicating a reasonable certainty that performance will not be completed before the scheduled delivery date, the vendor shall immediately notify FHI 360 Designated Representative and provide information related to the estimated length of delay. The parties will work jointly toward resolution of a plan to resolve the delayed delivery or completion date. If the parties reach agreement on an extended completion date and the vendor again fails to meet the extended delivery date, otherwise known as the Cure Period, the FHI 360 Designated Representative may (a) terminate the Contract for Default; (b) exercise its right to recover liquidated damages specified hereunder; and/or (c) further extend the completion date. No payments, progress or otherwise, made by FHI 360 to the awarded bidder after any scheduled completion date shall constitute a waiver of liquidated damages. Notwithstanding the above paragraph, in the event the vendor s failure to meet a Completion or Delivery Date set forth herein, FHI 360 shall be entitled to the greater of either (a) Five (5) percent (%) of the price of delayed line item (applicable lot) or (b) $500 for each day after the originally scheduled completion or delivery date until the day of actual delivery and acceptance by FHI 360. Liquidated damages shall not exceed the total price of this Contract. h) False Statements in Offer Offerors must provide full, accurate and complete information as required by this solicitation and its attachments. At any time that FHI 360 determines that an offeror has provided false statements in the RFQ, FHI 360 may reject the quotation without further consideration. i) Termination for default FHI 360 may, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the tenderer, terminate this Contract in whole or in part (a) if the tenderer fails to deliver any or all of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring entity (b) if the tenderer fails to perform any other obligation(s) under the Contract 5. CONSIDERATION AND ANALYSIS OF PROPOSALS FHI 360r may need to contact bidders for clarification or additional information concerning their quotation. Bidders must provide complete contact information in order for FHI 360 to respond to the quotation, respond to issues raised by offerors to this RFQ, negotiate the contract, and administer the contract. Complete contact information includes names, titles, and responsibilities for personnel; organizational street and mailing addresses; and phone/fax numbers and addresses of key individuals. Any additional relevant administrative/organizational information should also be provided. FHI 360may request one or more selected offerors to provide oral presentation should it be deemed necessary. 6. SPECIAL NOTICES All RFQ responses and quotation become the property of FHI 360. FHI 360 reserves the right at its sole discretion to: 1. cancel this solicitation and not award at any time for any reason; 2. reject any or all responses received; 3. disqualify any offer based on offeror failure to follow solicitation instructions; 4. issue a contract based on the initial evaluation of offers without discussion; 5. waive informalities or minor irregularities in offer; 6. choose to award a contract for part of the activities in the RFQ, or issue multiple awards based on the solicitation activities; 7. request from short-listed offerors a second or third round of either oral presentation or written response to a more specific and detailed scope of work that is based on a general scope of work in the original RFQ; 8. extend the time for submission of all RFQ responses after notification to all offerors 8

9 9. modify the solicitation process to encourage or expand competition; 10. terminate or modify the RFQ process at any time and re-issue the RFQ to whomever it deems appropriate; 11. select and negotiate with those firms it determines, in its sole discretion, to be qualified for competitive proposals and to terminate negotiations without incurring any liability; 12. rescind an RFQ, or rescind an award prior to the signing of a contract due to any unforeseen changes in the direction of its client (the US Government), be it funding or programmatic; 13. waive any deviations by offerors from the requirements of this solicitation that in its opinion are considered not to be material defects requiring rejection or disqualification; or where such a waiver will promote increased competition. 14. all materials produced and delivered by the vendor and all work products will be considered work for hire and will become the exclusive property of FHI 360; and 15. the vendor must be prepared to warrant that all deliverables will be free of material faults and errors and that no copyrights have been violated. APPENDICES Please include the following documents and forms in the following order as appendices. Appendix A Terrorist Financing Certification Appendix B: Details off Prospective Offeror. Additionally, kindly provide a copy of each of the following statutory documents to successfully and legally conduct business in Kenya which shall form the preliminary evaluation. a. Copies of Certificate of Incorporation or Registration b. Valid current business license c. Copy of Tax compliance certificate d. Proof of sound financial standing including audited accounts for the last 3 years e. Certificate of manufacturer Authorization from Equipment Manufacturer f. Relevant Certification by the EU where applicable g. Certificate of dealership where applicable Appendix C: Declaration of Interest Appendix D: Certification of Independent Price Determination Appendix E: Certification of Independent Price Determination RFQ ATTACHMENTS: Appendix A: Appendix B: Appendix C: Appendix D: Appendix E: Appendix F: Terrorist Financing Certification Details of Prospective Offeror Declaration of Interest Certification of Independent Price Determination FHI 360 Purchase Order General Terms and Conditions Funder Terms and Conditions All appendices apart from Appendix E must be signed, stamped and submitted together with price proposal, datasheets and any other relevant document requirements. 9

10 APPENDIX A CERTIFICATION REGARDING TERRORIST FINANCING By signing and submitting this application, the prospective recipient provides the certification set out below: 1. The Recipient, to the best of its current knowledge, did not provide, within the previous ten years, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts, as that term is defined in paragraph The following steps may enable the Recipient to comply with its obligations under paragraph 1: a. Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not (i) appear on the master list of Specially Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasury s Office of Foreign Assets Control (OFAC) and is available online at OFAC s website: or (ii) is not included in any supplementary information concerning prohibited individuals or entities that may be provided by USAID to the Recipient. b. Before providing any material support or resources to an individual or entity, the Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the 1267 Committee ) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee s website: c. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware and all public information that is reasonably available to it or of which it should be aware. d. The Recipient also will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 3. For purposes of this Certificationa. Material support and resources means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safehouses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. b. Terrorist act means- (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: or (ii) an act of premeditated, politically motivated violence perpetrated against noncombatant targets by subnational groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. Entity means a partnership, association, corporation, or other organization, group or subgroup. d. References in this Certification to the provision of material support and resources shall not be deemed to include the furnishing of USAID funds or USAID-financed commodities to the ultimate beneficiaries of USAID assistance, such as recipients of food, medical care, micro-enterprise loans, shelter, etc., unless the Recipient has reason to believe that one or more of these beneficiaries commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts. e. The Recipient s obligations under paragraph 1 are not applicable to the procurement of goods and/or services by the Recipient that are acquired in the ordinary course of business through contract or purchase, e.g., utilities, rents, office supplies, gasoline, etc., unless the Recipient has reason to believe that a offeror or supplier of such goods and services commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts. This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it shall be grounds for unilateral termination of the agreement by Contractor prior to the end of its term. For Subcontractor: RFQ No. Signature: Typed Name: Title: Name of Organization: Date: 10

11 APPENDIX B DETAILS OF PROSPECTIVE BIDDER Name of Company Postal Address Physical Address Telephone Number(s) Fax Number Contact Person Company Registration Number. Company VAT Number Company PIN Number DUNS Number 1. Type of Firm Partnership OR Joint Venture (Tick one box) Sole proprietor Corporation Other (Describe) 2. Describe principal business activities 3. Company classification Manufacturer Supplier Professional service provider (Tick one box) 4. Total number of years the firm has been in business? 5. Street addresses of all facilities used by the firm (e.g. warehouses, storage spaces offices, etc.) 5.1 Other Do you share any facilities? YES NO 11

12 6.1 If yes, which facilities are shared? 6.2 With whom do you share facilities (name of firm(s)/individual(s))? 6.3 What are the other firm s principal business activities? 7. Is the price offer firm for the duration of the contract? YES NO 8. If the price offer is not firm, indicate elements on which the price is based i.e. statutory adjustments, proven adjustments etc. CERTIFICATION OF DETAILS BY PROSPECTIVE BIDDER: By signing below the authorized individual certifies that the information provided above is accurate and true to the best of their knowledge. RFQ No. Name: Position Title: Signature: Date: 12

13 APPENDIX C DECLARATION OF INTEREST 1. Any legal or natural person, excluding any permanent employee of Contractor, USAID, Microsoft, Intel, SMART or Cisco may make an offer or offers in terms of this offer invitation. In view of possible allegations of favoritism, should the resulting offer, or part thereof be awarded to- (a) any person employed by Contractor, USAID, Microsoft, Intel, SMART or Cisco in the capacity of contractor, consultant or service provider, or (b) any person who acts on behalf of Contractor, USAID, Microsoft, Intel, SMART or Cisco; or (c) any person having a kinship, including a blood relationship, with a person employed by, or who acts on behalf of Contractor, USAID, Microsoft, Intel, SMART or Cisco; or (d) any legal person which is in any way connected to any person contemplated in paragraph (a), (b) or (c), it is required that: The Offeror or his/her authorized representative shall declare his/her position vis-à-vis Contractor, USAID, Microsoft, Intel, SMART or Cisco and/or take an oath declaring his/her interest, where it is known that any such a relationship exists between the Offeror and a person employed by Contractor, USAID, Microsoft, Intel, SMART or Cisco in any capacity. 2. Does such a relationship exists? Please circle one: YES NO If YES, state particulars of all such relationships (If necessary, please add additional pages containing the required information): NAME: POSITION: OFFICE WHERE EMPLOYED: TELEPHONE NUMBER: RELATIONSHIP: NAME: POSITION: OFFICE WHERE EMPLOYED: TELEPHONE NO: RELATIONSHIP: 3. Failure on the part of a Offeror to fill in and/or sign this certificate may be interpreted to mean that an association as stipulated in paragraph 1, supra, exists. 4. In the event of a contract being awarded to a Offeror with an association as stipulated in paragraph 1, supra, and it subsequently becomes known that false information was provided in response to the above question, Contractor may, in addition to any other remedy it may have: - recover from the contractor all costs, losses or damages incurred or sustained by Contractor as a result of the award of the contract; and/or - cancel the contract and claim any damages, which Contractor may suffer by having to make less favourable arrangements after such cancellation. 13

14 SIGNATURE OF DECLARANT RFQ/OFFER NUMBER DATE POSITION OF DECLARANT NAME OF COMPANY OR OFFEROR 14

15 APPENDIX D CERTIFICATION OF INDEPENDENT PRICE DETERMINATION The offeror certifies that (a) (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated or competitive solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern or individual to submit or not to submit an offer for the purpose of restricting competition or influencing the competitive environment. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory-- (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in writing, to act as agent for the principals of the offeror in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; (ii) As an authorized agent, does certify that the principals of the offeror have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) Offeror understands and agrees that -- (1) violation of this certification will result in immediate disqualification from this solicitation without recourse and may result in disqualification from future solicitations; and (2) discovery of any violation after award to the offeror will result in the termination of the award for default. CERTIFIED BY: RFQ No. Name of Offeror Organization: Date: Signature of Authorized Official: Title: Printed Name: 15

16 APPENDIX E FHI 360 GENERAL TERMS AND CONDITIONS (AVAILABLE ON THE SOLICITATIONS WEBSITE) 16

17 APPENDIX F FUNDER TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS This RFQ will be issued under a U.S. Government Prime Contract HIV Service Delivery Support Activity (HSDSA) Number C0002. Applicable clauses set forth below may be incorporated by reference into the resulting purchase order or firm fixed price subcontract with the same force and effect as if they were set forth in full. A full copy of each clause may be obtained from the Contractor s Contracts Department. The term FAR means Federal Acquisition Regulation, effective as of January 1, The terms, "Contractor," "Government" and "Contracting Officer" as used in these clauses shall refer to the Subcontractor/Vendor, Contractor, and the Contractor s Contract Administrator, respectively. This agreement is between Subcontractor/Vendor and Contractor only and shall not be construed in any way to create a contractual relationship between Subcontractor/Vendor and the U.S. Government. The Subcontractor/Vendor shall not appeal directly to the U.S. Government without the written consent/concurrence of the Contractor s Contract Administrator. CLAUSE TITLE Definitions Restriction on Subcontractor Sales to the Government Material Requirements Terms and Conditions Simplified Acquisition (Other Than Commercial Items) Order of Precedence Convict Labor Child Labor- Cooperation With Authorities and Remedies Privacy Act Notification Restrictions on Certain Foreign Purchases FAR CITE CLAUSE TITLE THESE CLAUSES APPLY TO SUBCONTRACTS THAT EXCEED $10,000 CLAUSE TITLE Protecting Government s Interest When Subcontracting with Contracts Debarred, Suspended or Proposed for Debarment FAR CITE THESE CLAUSES APPLY TO SUBCONTRACTS FOR SERVICES CLAUSE TITLE Payments Under Time & Materials/Labor Hours Contract Changes Fixed Price Services, Alternate II Changes Time & Materials/Labor Hours FAR CITE Patent Rights Acquisition by the Government Rights in Data Special Works Payments Disputes, Alternate I Stop Work Order, Alternate I Government Delay of Work Changes-Fixed Price Contract Not Affected By Oral Agreement Termination For Convenience CLAUSE TITLE Inspection of Supplies Fixed Price CLAUSE TITLE Inspection of Services Fixed Price Inspection Time & Materials/Labor Hours FAR CITE FAR CITE FAR CITE THESE FAR CLAUSES APPLY TO SUBCONTRCTS THAT EXCEED $100,000 17

18 CLAUSE TITLE Certificate of Independent Price Determination Gratuities Anti-Kickback Procedures Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activities Price or Fee Adjustment for Illegal or Improper Activity Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions Limitation on Payments to Influence Certain Federal Transactions Printed or Copied Double-Sided on Recycled Paper Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters Audit and Records Negotiation Integrity of Unit Prices FAR CITE THESE CLAUSES APPLY UNDER USAID-FUNDED CONTRACTS CLAUSE TITLE Organizational Conflicts of Interest After Award Language and Measurement Source, Origin and Nationality Local Procurement Insurance Liability to Third Persons Government Property USAID Reporting Requirements Title To and Care of Property AIDAR CITE CLAUSE TITLE Price Re-determination Retroactive Authorization and Consent Notice and Assistance Regarding Patent & Copyright Infringement Federal, State, and Local Taxes Taxes-Foreign Fixed Price Contracts Competition in Subcontracting Contractor Inspection Requirements Inspection of Supplies - Fixed Price Limitation of Liability Limitation of Liability Services Termination for Convenience for the Government (Fixed Price) (Short Form) Default (Fixed-Price Supply and Service) CLAUSE TITLE Notices Marking Approvals Reports Acknowledgement and Disclaimer Public Notices FAR CITE AIDAR CITE

19 FAR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS Subcontractor/Vendor shall complete the following: Taxpayer Identification Number (please check appropriate box) TIN: TIN has been applied for TIN is not required because vendor is a nonresident foreign company and does not have an office/place of business in the U.S. Type of Organization Sole Proprietorship Partnership Corporate Entity (not tax-exempt) Corporate Entity (tax-exempt) International Organization per 26 CFR Common Parent Vendor is not owned or controlled by a common parent Name and TIN of Common Parent Name: TIN: Representations required to implement provisions of Executive Order 11246: (i)vendor [ ] has, [ ] has not participated in previous contract or subcontract subject to the Equal Opportunity ( ); (ii)vendor [ ] has, [ ] has not filed all required compliance reports; (iii)vendor [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41CFR parts 60-1 and 60-2); (iv)vendor [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. Drug Trafficking: Contractor and/or the US Government reserve the right to terminate this purchase order/subcontract to demand a refund or take other appropriate measures if the vendor is found to have been convicted of a narcotics offense or to have been engaged in drug trafficking as defined in 22 CFR Part 140. Terrorism E.O : Vendor agrees and certifies to take all necessary actions to comply with Executive Order No on Terrorist Financing; blocking and prohibiting transactions with persons who commit, threaten to commit, or support terrorism. (E.O text provided and also available at: Note: The attachment does not include 'Names of Those Designated' after 23 September 2001; therefore, you are required to obtain the updated list at the time of procurement of goods or services. The updated list is available at: 19

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) RFP SOLICITATION INFORMATION Requesting Organization: Family Health International (FHI 360) Title: Request for Proposal to Subcontract Employment and Deployment of 58 Donor-Supported

More information

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) REQUEST FOR QUOTATION (RFQ) RFQ SOLICITATION INFORMATION Requesting Organization: Family Health International (FHI 360) Issuance Date: Thursday, March 1, 2018 RFQ Reference Number: FHI360-K/HSDSA-VEH/2018-00001

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) RFP SOLICITATION INFORMATION Requesting Organization: Family Health International (FHI 360) Title: Request for Proposal to Subcontract Employment and Deployment of Donor-Supported

More information

John Snow, Inc. (JSI) RFP NO: 18_01

John Snow, Inc. (JSI) RFP NO: 18_01 John Snow, Inc. (JSI) REQUEST FOR PROPOSALS Issuance Date: 4 January 2018 Period of Performance: Estimated 25 January 2018 30 November 2022 Closing Date for Questions: 10 January 2018 Due Date and Time:

More information

REQUEST FOR PROPOSAL (RFP) SERVICES REQUESTED : Emergency Transportation/Evacuation Services

REQUEST FOR PROPOSAL (RFP) SERVICES REQUESTED : Emergency Transportation/Evacuation Services REQUEST FOR PROPOSAL (RFP) RFP NUMBER : FY18-019-USA-008 SERVICES REQUESTED : Emergency Transportation/Evacuation Services CONTRACT TYPE : BPA with Orders ISSUANCE DATE : February 27, 2018 DEADLINE FOR

More information

INVITATION FOR BIDS. MENA2016E14o

INVITATION FOR BIDS. MENA2016E14o INVITATION FOR BIDS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: MENA2016E14o Open August

More information

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation 1. Synopsis of the Request for Quotation DAI Global LLC, implementer of the USAID Agricultural Credit Enhancement (ACE II) program, invites qualified vendors to submit quotations to supply and delivery

More information

DAI/AVC-Livestock. Request for Quotation (RFQ)

DAI/AVC-Livestock. Request for Quotation (RFQ) 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

Request for Quotation (RFQ) No. Goldozi The Goldozi Project (Goldozi) Provision of translation services

Request for Quotation (RFQ) No. Goldozi The Goldozi Project (Goldozi) Provision of translation services Request for Quotation (RFQ) No. Goldozi-02-2019 The Goldozi Project (Goldozi) Provision of translation services English to Dari and Pashto Languages And Vice Versa Due Date: March 13, 2019, at 12:00 PM

More information

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

PROMOTE MUSHARIKAT. Request for Quotation (RFQ)

PROMOTE MUSHARIKAT. Request for Quotation (RFQ) 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

Request for Quotation (RFQ) IHSAN Project. No. IHSAN IVR Tree Service. Extended Due Date: December 05 th, 2018 till 12:00pm

Request for Quotation (RFQ) IHSAN Project. No. IHSAN IVR Tree Service. Extended Due Date: December 05 th, 2018 till 12:00pm FHI360/ IHSAN project is funded by USAID invites qualified companies/organizations to submit quotation for the development of short promotional videos in support of Afghan Health promotion as outlined

More information

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

Afghanistan Value Chain (AVC) High Value Crops. Request for Quotation (RFQ) No. RFQ-KBL

Afghanistan Value Chain (AVC) High Value Crops. Request for Quotation (RFQ) No. RFQ-KBL Afghanistan Value Chain (AVC) High Value Crops Request for Quotation (RFQ) No. RFQ-KBL-18-0060 Air Conditioner, Vacuum cleaner and water dispenser for Herat Office Issue Date: December 13, 2018 WARNING:

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: #PSVC15T01A Open Date:

More information

REQUEST FOR APPLICATIONS

REQUEST FOR APPLICATIONS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal REQUEST FOR APPLICATIONS Procurement Number: GOV2017PVE03o Open

More information

DAI-Promote: Women in the Economy

DAI-Promote: Women in the Economy P a g e 1 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

DAI-Promote: Women in the Economy

DAI-Promote: Women in the Economy P a g e 1 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and

More information

REQUEST FOR APPLICATIONS. Point of Contact: Undrakh Dashjamts, Procurement Specialist

REQUEST FOR APPLICATIONS. Point of Contact: Undrakh Dashjamts, Procurement Specialist REQUEST FOR APPLICATIONS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: #ASIA2016MG01o Open

More information

26 May 2015 before 5 :00 PM. 2 June before 4 :00 PM.

26 May 2015 before 5 :00 PM. 2 June before 4 :00 PM. Synopsis of the RFP ENGLISH DAI, a USAIDfunded contractor is implementing the program Feed the Future Northern Corridor (AVANSE). DAI invites qualified firms to submit their proposals for security services.

More information

Transition Initiatives for Stabilization Plus TIS+

Transition Initiatives for Stabilization Plus TIS+ Request for Quotation (RFQ) RFQ-OPS-NBO-2016-49 Office Car Hire Solicitation Overview Reference Number: Activity Title: No. of RFQ Pages: Determination of Award: Award Type: Submission of RFQ: Submission

More information

Supplemental Government Terms and Conditions

Supplemental Government Terms and Conditions Supplemental Government Terms and Conditions 1. GENERAL: The terms and conditions herein are in addition to Aerojet Terms and Conditions for Purchase Orders, and are incorporated by reference into individual

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: GHSC-PSM-TO3-2018-IUD-IDIQ RFQ Purpose: For the procurement of Copper-bearing Intrauterine Contraceptive Device (TCu380A) (Multiple Destinations) Issuance Date:

More information

GOVERNMENT CLAUSES SUPPLEMENT GCS-001 (Rev. NC)

GOVERNMENT CLAUSES SUPPLEMENT GCS-001 (Rev. NC) (A) The FAR and DFARS clauses cited in paragraph D below, where applicable by their terms, are incorporated herein by reference, as if set out in full text. The effective version of each FAR or DFARS clause

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

PROMOTE MUSHARIKAT. Request for Quotation (RFQ) RFQ-MUSHARIKAT-KAB

PROMOTE MUSHARIKAT. Request for Quotation (RFQ) RFQ-MUSHARIKAT-KAB 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: GHSC-PSM-TO3-2018-IMP-IDIQ RFQ Purpose: For the procurement of One-Rod and Two-Rod Contraceptive Implants (Multiple Destinations) Issuance Date: February 2 nd,

More information

Provision of Air Ticket Services for WIE Staff Issue Date: 10 January, 2019

Provision of Air Ticket Services for WIE Staff Issue Date: 10 January, 2019 1 DAI-Promote: Women in the Economy Request for Quotation (RFQ) No. RFQ DAI-Promote: Women in the Economy KBL-152 Provision of Air Services for WIE Staff Issue Date: 10 January, 2019 WARNING: Prospective

More information

Expressions of Interest to Develop a Concept Note for USAID s Food for Peace Emergency Food Security Activity Survey Sampling Strategies

Expressions of Interest to Develop a Concept Note for USAID s Food for Peace Emergency Food Security Activity Survey Sampling Strategies REQUEST FOR EXPRESSION OF INTEREST Expressions of Interest to Develop a Concept Note for USAID s Food for Peace Emergency Food Security Activity Survey Sampling Strategies Date of Issuance: October 16,

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

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

More information

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation P a g e 1 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and

More information

East Africa Trade and Investment Hub

East Africa Trade and Investment Hub East Africa Trade and Investment Hub Request for Quotation (RFQ) RFQ-NAI-0167 Supply and Delivery of Assorted Information, Communication and Technology (ICT) equipment I.T Equipment Issue Date: May 26,

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

PROMOTE MUSHARIKAT. Request for Quotation (RFQ) RFQ-MUSHARIKAT-KBL Android App Developer. Issue Date: 18 February 2019

PROMOTE MUSHARIKAT. Request for Quotation (RFQ) RFQ-MUSHARIKAT-KBL Android App Developer. Issue Date: 18 February 2019 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

More information

DAI/AVC-Livestock. Request for Quotation (RFQ)

DAI/AVC-Livestock. Request for Quotation (RFQ) 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: GHSC-PSM-TO1-2018-NG-LAB-10051179 For the procurement: Medical Supplies Issuance Date: Tuesday, March 27, 2018 Closing date: Tuesday, April 3, 2018 For: USAID Global

More information

FAR GOVERNMENT CONTRACT PROVISIONS

FAR GOVERNMENT CONTRACT PROVISIONS PAGE 1 OF 10 INCORPORATION OF FAR CLAUSES The following terms and conditions apply for purchase orders, subcontracts, or other applicable agreements issued in support of a US Government contract, in addition

More information

SEALED BID. September 29, 2017

SEALED BID. September 29, 2017 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:30pm, November 2, 2017 September

More information

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list. NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:00pm, June 5, 2018 May 2,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Request for Proposal (RFP)

Request for Proposal (RFP) Request for Proposal (RFP) RFP Number: GHSC-PSM-TO1-2017-MCO-LUB-IDIQ For the procurement of: Male Condoms and Personal Water- Based Lubricant And Proposals for: Vendor Managed Inventory (VMI) Services

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

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

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

More information

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

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

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

TERM CONTRACT AWARD CONTRACT NO:

TERM CONTRACT AWARD CONTRACT NO: 2 4 COMMODITY CODE: 285-93-00-047498 0.000 4.0000 % 5 COMMODITY CODE: 285-93-00-047498 0.000 5.0000 % 6 COMMODITY CODE: 285-93-00-047498 0.000 6.0000 % 7 COMMODITY CODE: 285-93-00-047498 1.000 7.0000 %

More information

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office

More information

Request for Quotation

Request for Quotation Page One Quotation must be received Send quotation to above address Quotation Number: Date No Later Than: Attention of: Print company name and address: Please quote your lowest delivered price of the items(s)

More information

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE)

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) 1. DELIVERABLES Contractor agrees to provide the goods, equipment, or items ( Materials ) detailed in the work scope

More information

Erie County Water Authority

Erie County Water Authority Erie County Water Authority 3030 Union Road Cheektowaga, New York 14227-1097 716-684-1510 FAX 716-684-3937 INVITATION TO BID Bids, as stated below, will be received and publicly opened by the Secretary

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS May 2, 2014 DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION It is the policy of the South Carolina Department of Transportation (SCDOT) to ensure nondiscrimination in the award and administration

More information

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: )

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: ) 200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-federal funds. The

More information

Philips Lumify Service Subscription Agreement

Philips Lumify Service Subscription Agreement 1 Philips Lumify Service Subscription Agreement IMPORTANT -- READ THESE TERMS CAREFULLY BEFORE CONFIRMING YOUR LUMIFY ORDER When you confirm your Lumify order, you acknowledge that you have read this subscription

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation P a g e 1 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

DOUKPSC04 Rev Feb 2013

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

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

Request for Quotation (RFQ) Solicitation Overview

Request for Quotation (RFQ) Solicitation Overview Request for Quotation (RFQ) Solicitation Overview Reference Number: Activity Title: Determination of Award: Award Type: Submission Deadline: Question & Answers: Source & Nationality Requirements: Notice:

More information

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation P a g e 1 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

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

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: GHSC-PSM-TO1-2017-ZW-LAB-RO10041107 For the procurement: Hospital Equipment for Zimbabwe Issuance Date: Tuesday, October 24, 2017 Closing date: Monday, November

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: For the procurement: Medical Products Issuance Date: April 24, 2017 Closing date: May 8, 2017 by 5:00pm Washington, DC Time (EST) For: USAID Global Health Supply

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

INSTRUCTIONS TO BIDDERS

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

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

General Terms and Conditions of A1 Telekom Austria AG for Training Services. Version January 2018

General Terms and Conditions of A1 Telekom Austria AG for Training Services. Version January 2018 General Terms and Conditions of A1 Telekom Austria AG for Training Services Version January 2018 The Customer as named in the purchase order - is a company belonging to Telekom Austria Group. The Customer

More information

MANDATORY GENERAL TERMS AND CONDITIONS

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

More information

Subject: Solicitation for Purchase a Project Vehicle for the IFES Kenya Program

Subject: Solicitation for Purchase a Project Vehicle for the IFES Kenya Program Date: August 22, 2016 Ref.: Addendum No. 1 - RFQ/16/121 Subject: Solicitation for Purchase a Project Vehicle for the IFES Kenya Program The International Foundation for Electoral Systems (IFES), invites

More information

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES... TABLE OF CONTENTS CHAPTER 1 THRESHOLDS AND PROCEDURES... 2 SECTION 1.1 OVERVIEW... 2 SECTION 1.2 METHODS OF... 2 Subsection 1.2.a Micro-purchases... 2 Subsection 1.2.b Small Purchase Procedures... 3 Subsection

More information

Watershed Educational Campaign Project

Watershed Educational Campaign Project Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue

More information

SEALED BID. February 19, 2018

SEALED BID. February 19, 2018 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 10:30am, March 22, 2018 Please

More information

Afghanistan Value Chain (AVC) High Value Crops. Request for Quotation (RFQ) No. BREQ

Afghanistan Value Chain (AVC) High Value Crops. Request for Quotation (RFQ) No. BREQ Afghanistan Value Chain (AVC) High Value Crops Request for Quotation (RFQ) No. BREQ-18-00025 Printing Professional Printing services & Graphic Design Issue Date: December 23, 2018 WARNING: Prospective

More information

, UN

, UN Date: 10 February 2017 From: To: UNICEF Moldova Potential Supplier Pages: 7 Subject: REQUEST FOR QUOTATION LRFQ-DSU-2017-9130093 Air conditioners for office use UNITED NATION CHILDREN S FUND (UNICEF) wishes

More information

Request for Quotation Page One

Request for Quotation Page One University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received Send

More information

QIOPTIQ LIMITED (UK) CONDITIONS OF SALE

QIOPTIQ LIMITED (UK) CONDITIONS OF SALE QIOPTIQ LIMITED (UK) CONDITIONS OF SALE 1. DEFINITIONS For the purposes of these Conditions of Sale: a) The "Company" shall mean Qioptiq Ltd. b) The "Article(s) " shall mean the products or services to

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

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

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

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy This purchasing (also known as procurement ) policy was developed to comply with Title 2, Subtitle

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

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

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 Policies and Procedures

Procurement Policies and Procedures Procurement Policies and Procedures 1. Purpose of procurement standards. The purpose of these standards is to establish procedures for the U.S. Naval Sea Cadet Corps (USNSCC) for the procurement of supplies

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

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information