USAID/Haiti Finance Inclusive. FinScope Study Research House to conduct a survey on financial inclusion in Haiti

Size: px
Start display at page:

Download "USAID/Haiti Finance Inclusive. FinScope Study Research House to conduct a survey on financial inclusion in Haiti"

Transcription

1 No. RFP-PAP USAID/Haiti Finance Inclusive Request For Proposals (RFP) No. RFP-PAP FinScope Study Research House to conduct a survey on financial inclusion in Haiti Issue Date: October 9, 2017 WARNING: Prospective offerors who have received this document from a source other than the Haiti Finance Inclusive Project, #48 Rue Metellus, Suite 202, Pétion-Ville, FI_Procurement@DAI.com, should immediately contact FI_Procurement@DAI.com and provide their name and mailing address so amendments to the RFP or other communications can be sent directly to them. Any prospective Offeror who fails to register their interest assumes complete responsibility in the event that they do not receive communications prior to the closing date. Any amendments to this solicitation will be issued by the Haiti FinInc Procurement Department from the FI_Procurement@DAI.com address. Page 1 of 30

2 No. RFP-PAP Table of Contents 1. Introduction and Purpose Purpose Issuing Office Type of Award Anticipated General Instructions to Offerors General Instructions Proposal Cover Letter Questions regarding the RFP Instructions for the Preparation of Technical Proposals Services Specified Technical Evaluation Criteria Instructions for the Preparation of Cost/Price Proposals Cost/Price Proposals Basis of Award Best Value Determination Responsibility Determination Anticipated post-award Deliverables Inspection & Acceptance Compliance with Terms and Conditions General Terms and Conditions Source and Nationality Data Universal Numbering System (DUNS) Procurement Ethics Attachments Attachment A: Scope of Work for Services or Technical Specifications Attachment B: Proposal Cover Letter Attachment C: Price Schedule Attachment D: Instructions for Obtaining a DUNS Number - DAI s Vendors, Subcontractors Attachment E: Self Certification for Exemption from DUNS Requirement Attachment F: Past Performance Form Attachment G: Representations and Certifications of Compliance Attachment H: Proposal Checklist Page 2 of 30

3 No. RFP-PAP Synopsis of the RFP RFP No. No. RFP-PAP Issue Date October 10, 2017 Title Issuing Office & Deadline for Receipt of Questions FinScope Study Research House to conduct a survey on financial inclusion in Haiti Haiti Finance Inclusive Procurement Department; FI_Procurement@DAI.com Questions regarding the technical or administrative requirements of this RFP may be submitted by (phone calls will not be accepted) to FI_Procurement@DAI.com no later than 4:00pm, local Port-au-Prince time, on October 27, Questions and requests for clarification and the responses thereto will be circulated to all RFQ recipients who have indicated an interest in bidding. Deadline for Receipt of Proposals Point of Contact Anticipated Award Type Basis for Award Offers must be received no later than 4:00pm, local Port-au-Prince time, on 10 November Proposals must be submitted in electronic format to infofi@dai.com with the subject line: RFP No. - [FIRM NAME] Proposal Research House for Demand Side Study. FI_Procurement@DAI.com Fixed Amount Award (FAA) An award will be made based on the Trade Off Method. The award will be issued to the responsible and reasonable offeror who provides the best value to DAI and its client using a combination of technical and cost/price factors. Page 3 of 30

4 No. RFP-PAP Introduction and Purpose 1.1 Purpose DAI, the implementer of the USAID-funded Haiti Finance Inclusive project, invites qualified offerors to submit proposals to supply and deliver a demand-side study of Haiti in support of program implementation. 1.2 Issuing Office The Issuing Office and Contact Person noted in the above synopsis is the sole point of contact at DAI for purposes of this RFP. Any prospective offeror who fails to register their interest with this office assumes complete responsibility in the event that they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date. 1.3 Type of Award Anticipated DAI anticipates awarding an FAA to the selected offeror. This subaward type is subject to change during negotiations. [A Fixed Amount Award Purchase Order is an award for a total fixed price amount for the provision of specific services or deliverables and is not adjusted if the actual costs are higher or lower than the fixed price amount. Offerors are expected to include all costs, direct and indirect, into their total proposed price.] 2. General Instructions to Offerors 2.1 General Instructions Offeror, Subcontractor, and/or Bidder means a firm proposing the work under this RFP. Offer and/or Proposal means the package of documents the firm submits to propose the work. Offerors wishing to respond to this RFP must submit proposals, in English, in accordance with the following instructions. Offerors are required to review all instructions and specifications contained in this RFP. Failure to do so will be at the Offeror s risk. If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged. Issuance of this RFP in no way obligates DAI to issue an award. Offerors will not be reimbursed for any costs associated with the preparation or submission of their proposal. DAI shall in no case be responsible or liable for these costs. Proposals are due no later than 4:00pm, local Port-au-Prince, time on 10 November 2017 and are to be submitted in electronic format to infofi@dai.com (this is a strict access controlled account set up ONLY to receive solicitation responses). The submission should contain the subject line: RFP-PAP [FIRM NAME] Proposal - Research House for Demand Side Study. Late offers will be rejected except under extraordinary circumstances at DAI s discretion. The submission to DAI of a proposal in response to this RFP will constitute an offer and indicates the Offeror s agreement to the terms and conditions in this RFP and any attachments hereto. DAI reserves the right not to evaluate a non-responsive or incomplete proposal. 2.2 Proposal Cover Letter A cover letter shall be included with the proposal on the Offeror s company letterhead with a duly authorized signature and company stamp/seal using Attachment B as a template for the format. In the cover letter, the Offeror shall: Certify a validity period of no less than 60 calendar days for the prices provided. Page 4 of 30

5 No. RFP-PAP Acknowledge the solicitation amendments received. 2.3 Questions regarding the RFP Each Offeror is responsible for reading and complying with the terms and conditions of this RFP. Requests for clarification or additional information must be submitted in writing via as specified in the Synopsis above. No questions will be answered by phone. Any verbal information received from a DAI or Haiti Finance Inclusive employee or other entity shall not be considered as an official response to any question regarding this RFP. Copies of questions and responses will be distributed in writing to all prospective bidders who are on record as having received this RFP after the submission date specified in the Synopsis above. 3. Instructions for the Preparation of Technical Proposals Technical proposals shall include the following contents 1. Technical Approach - Description of the proposed services which meets or exceeds the stated technical specifications or scope of work. The proposal must show how the Offeror plans to complete the work and describe an approach that demonstrates the achievement of timely and acceptable performance of the work. 2. Corporate Capabilities and Past Performance Proposals from interested Research Houses must provide evidence of the technical capacity of the Research House to undertake this exercise. The company s client portfolio and past experience in the financial services industry must be included. This includes capacity to deliver the results in the timeframe provided. They should provide a list of at least three (3) recent awards of similar scope and duration. The information shall be supplied as a table, and shall include the legal name and address of the organization for which services were performed, a description of work performed, the duration of the work and the value of the contract, description of any problems encountered and how it was resolved, and a current contact phone number of a responsible and knowledgeable representative of the organization. See Attachment F. 3. Management approach and Personnel Qualifications Description of the Offeror s staff assigned to the project. The proposal should describe how the proposed team members have the necessary experience and capabilities to carry out the Technical Approach. A clear Team Leader should be identified. The application must identify the core management and technical team, their technical expertise in sample design, statistical analysis, fieldwork, questionnaire design, and overall project management. Core team members CVs must be included, as well as a description of any further resources that may be required 4. Delivery Schedule, including Gantt Chart. 3.1 Services Specified For this RFP, DAI is in need of the services described in Attachment A. 3.2 Technical Evaluation Criteria Each proposal will be evaluated and scored against the evaluation criteria, which are stated in the table below. Cost/Price proposals are not assigned points, but for overall evaluation purposes of this RFP, technical evaluation factors other than cost/price, when combined, are considered approximately equal to cost/price factors. Evaluation Criteria Base Information Requirements Maximum Points Page 5 of 30

6 No. RFP-PAP Technical Approach Corporate Capabilities and Past Performance Management Approach and Personnel Qualifications Delivery Schedule Approach shall satisfy or exceed the specifications described in RFP SOW in Attachment A. Offeror can demonstrate the firm s technical capability as well as its corporate resources to provide the services requested in this solicitation in a timely and responsive manner. Management approach detailed for the specific activity CVs should be provided for the key consultants who will carry out the majority of the technical work under this assignment. A Team Leader should be identified. Gantt chart, specific timing to complete activities and subactivities Total Points 30 points 30 points 30 points 10 points 100 points 4. Instructions for the Preparation of Cost/Price Proposals 4.1 Cost/Price Proposals Cost/Price proposals shall be included in the same document as the technical proposal. The offeror must make sure the two sections (technical and cost are clearly labeled as such). Provided in Attachment C is a template for the Price Schedule for fixed amount awards. Cost proposals in response to this RFP must be priced on a fixed-amount, all-inclusive basis, including out of pocket expenses and all other costs. Offers must remain valid for not less than sixty (60) calendar days after the offer deadline. These services are not eligible for VAT exemption under the DAI prime contract. The Subcontractor is responsible for all applicable taxes and fees, as prescribed under the applicable laws for income, compensation, permits, licenses, and other taxes and fees due as required. 5. Basis of Award 5.1 Best Value Determination DAI will review all proposals, and make an award based on the technical and cost evaluation criteria stated above, and select the offeror whose proposal provides the best value to DAI. DAI may also Page 6 of 30

7 exclude an offer from consideration if it determines that an Offeror is "not responsible", i.e., that it does not have the management and financial capabilities required to perform the work required. Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. DAI may award to a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price. DAI may award to an Offeror without discussions. Therefore, the initial offer must contain the Offeror s best price and technical terms. 5.2 Responsibility Determination DAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror s responsibility. When assessing an Offeror s responsibility, the following factors are taken into consideration: 1. Provide evidence of the required business licenses to operate in the host country. 2. Evidence of a DUNS number (explained below and instructions contained in Attachment D). 3. The source, origin and nationality of the products or services are not from a Prohibited Country (explained below). 4. Having adequate financial resources to finance and perform the work or deliver goods or the ability to obtain financial resources without receiving advance funds from DAI. 5. Ability to comply with required or proposed delivery or performance schedules. 6. Have a satisfactory past performance record. 7. Have a satisfactory record of integrity and business ethics. 8. Have the necessary organization, experience, accounting and operational controls and technical skills. 9. Have the necessary production, construction and technical equipment and facilities if applicable. 10. Be qualified and eligible to perform work under applicable laws and regulations. 6. Anticipated post-award Deliverables Upon award of a subcontract, the deliverables and deadlines detailed in below table will be submitted to DAI. The Offeror should detail proposed costs per deliverable in the Price Schedule of the cost proposal (see attachment C). All of the deliverables must be submitted to and approved by DAI before payment will be processed. Deliverables The following outputs will be delivered in final version by the Service Provider Deliverable # Description Anticipated Due date 1 2 Detailed work plan which will be approved by DAI. Participation in kick-off workshop, finalized sample and training questionnaire (English, French and Creole) Training and field manuals, pilot report, finalized field questionnaire (English, French) and Creole (only for field manual and finalized field questionnaire) 2 weeks after contract signature (duration 2 week) 5 weeks after contract signature (duration 3 weeks) Page 7 of 30

8 3 4 5 Clean well labelled weighted data set in SPSS format. The variable and value labels should be in English. Technical report (in English and French) addressing the sampling approach, the fieldwork and quality control process as well as data capture and cleaning processes Steering Committee presentation, launch presentation, and final survey report in MS Word format (in English and French) and Power Point. 13 weeks after contract signature (duration maximum 8 weeks of data 15 weeks after contract signature (duration 2 weeks) 19 weeks after contract signature (duration 4 weeks) All deliverables draft and final documents should be sent to DAI/Finance Inclusive in an editable soft copy form in French. A synthesis of the Final Report and the PPT presentation should also be provided in English. All translation cost should be included in the final proposal. 7. Inspection & Acceptance The designated DAI Project Manager will inspect from time to time the services being performed to determine whether the activities are being performed in a satisfactory manner, and that all equipment or supplies are of acceptable quality and standards. The subcontractor shall be responsible for any countermeasures or corrective action, within the scope of this RFP, which may be required by the DAI Chief of Party as a result of such inspection. 8. Compliance with Terms and Conditions 8.1 General Terms and Conditions Offerors agree to comply with the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment G. 8.2 Source and Nationality Under the authorized geographic code for its contract DAI may only procure goods and services from the following countries. Geographic Code 937: Services from the United States, the cooperating country, and "Developing Countries" other than "Advanced Developing Countries: excluding prohibited countries. A list of the "Developing Countries" as well as "Advanced Developing Countries" can be found at: and respectively. DAI must verify the source and nationality of goods and services and ensure (to the fullest extent possible) that DAI does not procure any goods or services from prohibited countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned countries. OFAC sanctioned countries may be searched within the System for Award Management (SAM) at The current list of countries under comprehensive sanctions include: Cuba, Iran, North Korea, Sudan, and Syria. Goods may not transit through or be assembled in comprehensive sanctioned origin or nationality countries nor can the vendor be owned or controlled by a prohibited country. DAI is prohibited from facilitating any transaction by a third party if that transaction would be prohibited if performed by DAI. Page 8 of 30

9 By submitting a proposal in response to this RFP, Offerors confirm that they are not violating the Source and Nationality requirements of the goods or services being offered and that the goods and services comply with the Geographic Code and the exclusions for prohibited countries outlined above. 8.1 Data Universal Numbering System (DUNS) There is a mandatory requirement for your organization to provide a DUNS number to DAI. The Data Universal Numbering System is a system developed and regulated by Dun & Bradstreet (D&B) that assigns a unique numeric identifier, referred to as a "DUNS number" to a single business entity. Without a DUNS number, DAI cannot deem an Offeror responsible to conduct business with and therefore, DAI will not enter into a subcontract/purchase order or monetary agreement with any org anization. The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the winner providing a DUNS number to DAI. Offerors who fail to provide a DUNS number will not receive an award and DAI will select an alternate Offeror. All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders of a certain value are required to obtain a DUNS number prior to signing of the agreement. Organizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. DAI requires that Offerors sign the self-certification statement if the Offeror claims exemption for this reason. For those required to obtain a DUNS number, see Attachment D - Instructions for Obtaining a DUNS Number - DAI S Vendors, Subcontractors For those not required to obtain a DUNS number, see Attachment E: Self Certification for Exemption from DUNS Requirement 9. Procurement Ethics Neither payment nor preference shall be made by either the Offeror, or by any DAI staff, in an attempt to affect the results of the award. DAI treats all reports of possible fraud/abuse very seriously. Acts of fraud or corruption will not be tolerated, and DAI employees and/or subcontractors/grantees/vendors who engage in such activities will face serious consequences. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the DAI staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at , via the DAI website, or via to FPI_hotline@dai.com. DAI ensures anonymity and an unbiased, serious review and treatment of the information provided. Such practice may result in the cancellation of the procurement and disqualification of the Offeror s participation in this, and future, procurements. Violators will be reported to USAID, and as a result, may be reported to the U.S. Department of Justice to be included in a Restricted Parties list, preventing them from participating in future U.S. Government business. Offerors must provide full, accurate and complete information in response to this solicitation. The penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States Code. In addition, DAI takes the payment of USAID funds to pay Terrorists, or groups supporting Terrorists, or other parties in exchange for protection very seriously. Should the Terrorist, groups or other parties attempt to extort/demand payment from your organization you are asked to immediately report the incident to DAI s Ethics and Compliance Anonymous Hotline at the contacts described in this clause. By submitting an offeror, offerors certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted. Page 9 of 30

10 10. Attachments 10.1 Attachment A: Scope of Work for Services or Technical Specifications Purpose: Research House for Demand Side Study Context The Finance Inclusive project supports USAID s Assistance Objective of promoting a Stable and Economically Viable Haiti. Specifically, Finance Inclusive will facilitate the deepening of the financial sector ecosystem by supporting the development of the enabling environment for the increased provision and usage of basic financial services by undeserved and unserved households and micro, small, and medium-sized enterprises (MSMES). To affect such market system change, Finance Inclusive will prioritize institutional capacity-building support to advocacy and enabling environment bodies for improved financial inclusion financial sector associations that are pivotal to advocate for financial inclusion and to engage the Banque de la République d Haiti (BRH) in support of its implementation of the National Financial Inclusion Strategy (NFIS). Finance Inclusive will also prioritize information-building and research activities that enhance understanding of key low-income market segments and gender aspects of financial inclusion in order to encourage the development of relevant products and services that correspond to livelihoods strategies of low-income market segments. Lastly, Finance Inclusive will prioritize the promote financial literacy and consumer protection to ensure that low-income Haitians understand the financial products offered to them and to improve uptake of available services, particularly digital financial services (DFS). Finance Inclusive will conduct a demand-side study called FinScope with the expertise of FinMark Trust (FMT). FinMark Trust is an independent trust whose purpose it is to make financial markets work for the poor by promoting financial inclusion and regional financial integration. FinMark Trust does this by conducting research to identify the systemic constraints that prevent financial markets from reaching out to these consumers and by advocating for change on the basis of research findings. The FinScope Consumer Survey is a nationally representative survey of how individuals source their income, and how they manage their financial lives. It also provides insight into attitudes and perceptions regarding financial products and services. To date, FinScope Surveys have been conducted in 29 countries. Further details on these surveys are available from Task Description The main purpose of the study is to: To measure the levels of financial inclusion To describe the landscape of access To identify the drivers of, and barriers to the use of financial products and services To stimulate evidence-based dialogue that will ultimately lead to effective public and private sector interventions that will increase and deepen financial inclusion In light of the background above, Finance Inclusive is planning to engage FMT to conduct a FinScope Consumer Survey in Haiti to create a baseline or benchmark for the key indicators in financial inclusion Page 10 of 30

11 in Haiti. This survey is based on a national representative sample size of 4,000 face- to-face interviews (final sample size will be confirmed). 1. Survey objectives The key objective of FinScope is to measure and profile levels of access to and use of financial services by all adults, across income ranges and other demographics, and making this information available for use by key stakeholders such as policy-makers, regulators, and financial service providers. The information provided by this survey will help extend the reach of financial services in Haiti as it provides an understanding of the Haiti s adult population in terms of: Their livelihoods and how they generate their income Their financial needs and/or demands The levels of financial inclusion (formal and informal) and the types of financial products (formal and informal, credit, savings, etc.) Their financial perceptions, attitudes and behavior Their demographic and geographical distribution The obstacles they face and the factors that would have an influence on their financial situations Current levels of access to, and utilization of, financial services and products (formal and/or informal) The landscape of access (i.e. types of products used in terms of transactions, savings, credit, insurance and remittances) Drivers of financial products and service utilization Barriers to, utilization of, and access to, financial products and services As such, the main objectives of the FinScope Survey Haiti 2017 are: To measure the levels of financial inclusion (i.e. the proportion of the population using financial products and services both formal and informal) To describe the landscape of access (i.e. the type of products and services used by financially included individuals) To determine the needs for financial products, as well as the gap between need and: o Financial products (formal and informal) available o Financial product usage (formal and informal) To identify the drivers of, and barriers to the usage of financial products and services To provide an assessment of whether the current financial policy and regulatory environment creates a conducive environment for financial inclusion To stimulate evidence-based dialogue that will ultimately lead to effective public and private sector interventions that will increase and deepen financial inclusion strategies 2. Scope of work For the implementation of the FinScope Consumer Survey Haiti 2017, the Research House will be required to: a) Participate in a one day FinScope briefing session conducted by FinMark Trust b) Participate in meetings of the Steering Committee that will oversee the implementation of the FinScope c) Design the sample for the survey in close cooperation with the steering committee, FMT, and the Haitian Institute for Institute of Statistics and Informatics (IHSI). The methodology assumes a Page 11 of 30

12 total sample size of about adults, including an initial listing exercise. The sample should be representative on the following levels: national, urban/rural, and region using the following approach: 1. Listing exercise: A list of all census enumerator areas (EAs) per region is obtained from IHSI EAs are then stratified into urban and rural areas EAs are sampled for each stratum using probability proportional to size (PPS) Maps for the selected EAs (and substitution EAs) are obtained from IHSI (photocopying etc. to be included in the cost) Then all households in the selected EA are listed (i.e. short listing form to capture the number of all members in all households in all selected EAs) Within the households, all adults who are 18 years or older are then identified 2. Survey: Within each selected EA, about six to eight households are selected systematically, selecting every k th household (systematic random selection) The sample interval is determined by the listing exercise Within selected households, where there is more than one qualifying respondent, the Kish Grid is used to randomly select the one household member with whom to complete the interview (this individual will be the ultimate sampling unit) interviews are to be conducted face-to-face using paper and pen interviewing (PAPI) or Computer Assisted Personal Interviewing (CAPI). Please quote on the methodology your company prefers and motivate why. If a selected person is unavailable, then up to three recalls at different times of the day and days of the week are made to maintain the integrity of the sample If a person is repeatedly unavailable or refuses participation, then very strict substitution rules are applied The substitute is also chosen using randomization techniques No substitution of individuals within a household is allowed d) Instrument design: review the FinScope questionnaire and contextualize it to suit the revolving context in Haiti, including workshops to obtain stakeholder input, as well as translations of the English final questionnaire into French. Questionnaire administration takes about 75 minutes. e) Pre-test the translated version of the questionnaire in field by conducting a number of face-toface interviews and adapt the translation where necessary f) Recruit an adequate number of supervisors and enumerators to ensure that fieldwork is completed within a period of six to eight weeks g) Produce enumerator training materials and field manual in English and French with assistance from FinMark Trust h) Conduct supervisor and enumerator training with assistance from FinMark Trust, allowing for about ten days of training which will include a pilot survey to test enumerators readiness to go to field in terms of having mastered the questionnaire as well as the sampling approach Page 12 of 30

13 i) Conduct a pilot survey at the end of the enumerator training to test the ability of the enumerators to conduct the fieldwork in terms of: Implementation of survey methodology (selection of EAs, correct listing, selection of right respondent) Administration of the FinScope Haiti questionnaire j) Conduct the fieldwork for the FinScope Consumer Survey Haiti 2017 on the following basis: Obtaining the EA maps for the selected EAs in the sample from IHSI (include costs for maps in the quote) Systematic random selection of about six or eight households from each sampled EA Listing all household members in the selected household and selecting one qualifying individual using the Kish grid Conducting about face-to-face interviews with each of the selected respondents (duration of the interviews is about 75 minutes); k) Implementing necessary quality control measures to ensure the validity and accuracy of the data collected by: Having adequate supervision teams and processes in place Ensuring that adequate back-check procedures as well as questionnaire checking processes are in place Prevention of fraudulent data collection by surveyors1 l) Produce a clean dataset. Quality control measures should include: Data capturing training - ensuring inter alia a thorough understanding of the questionnaire Data checking procedures and data validation programs m) Produce a final clean dataset in SPSS for the purpose of data weighting and analysis ensure the correct weighting is done by IHSI in consultation with FinMark Trust n) Analyze the data and produce a comprehensive report o) Produce a technical report addressing the sampling approach, the fieldwork and quality control process as well as data capture and cleaning processes Final deliverables: clean, weighted dataset in SPSS (in English), well written report in MS Word format as well as technical report in English and French The Research House is required to submit a detailed proposal outlining the approach and capacity to address each of the above mentioned research components. A specific section on data quality/control must be included. Deliverables 1 Finance Inclusive will also conduct its own on-site visit and sample phone audit of consumers to ensure the validity of the interviewees. Penalties will be levied if data is determined to be falsely collected. Page 13 of 30

14 Section 6 addresses the deliverables. Timing The anticipated timing of the project is five months from the time of appointment of the Research House. The Research House should provide a detailed timeline for executing the project activities as outlined above including perceived project risks and contingency plans. Qualifications and experience The firm must: Be legally registered in Haiti Have relevant professional experience, with documented survey/studies past performance at a national level professional experience working with/in the finance sector on data collection/analysis efforts is of particular interest Possess the ability to manage data and provide analysis using Excel, SPSS or similar software Demonstrate proven ability to assess and analyze information from various sources Have excellent skills in producing succinct, clear materials in English Be well-organized with ability to adequately manage time and meet deadlines Have fluency in French, Creole and English Page 14 of 30

15 10.2 Attachment B: Proposal Cover Letter <Insert date> [On Firm s Letterhead] TO: To: DAI/Finance Inclusive GN Plaza 48 rue Metellus Suite #202 Pétion Ville Haiti Reference: RFP-PAP We, the undersigned, provide the attached proposal in accordance with RFP- PAP issued on XXXX,XXXXXX. Our attached proposal is for the total price of <Enter sum in words ($0.00 sum in figures) >. We certify a validity period of 60 days. days for the prices provided in the attached Price Schedule/Bill of Quantities. Our proposal shall be binding upon us subject to the modifications resulting from any discussions. Offeror shall verify here the items specified in this RFP document. We understand that DAI is not bound to accept any proposal it receives. Yours sincerely, Authorized Signature: Name and Title of Signatory: Click here to enter text. Name of Firm: Click here to enter text. Address: Click here to enter text. Telephone: Click here to enter text. Click here to enter text. Company Seal/Stamp: Page 15 of 30

16 10.3 Attachment C: Price Schedule Please complete the following price schedule based on deliverables outlined in SOW under attachment A above. Cost proposals in response to this RFP must be priced on a fixed-amount, all-inclusive basis, including out of pocket expenses and all other costs, including taxes. Offers must remain valid for not less than thirty (60) calendar days after the offer deadline. Format for pricing submission Service # 1 Unit of Measure Description of Services, Specifications Quantity Unit of Measure Unit Fixed Price (Each) Total Fixed Price (Each) Lead Time Availability (# of Days) 2 3 Total Value Page 16 of 30

17 10.4 Attachment D: Instructions for Obtaining a DUNS Number - DAI s Vendors, Subcontractors INSTRUCTIONS FOR OBTAINING A DUNS NUMBER DAI S VENDORS, SUBCONTRACTORS & GRANTEES Note: There is a Mandatory Requirement for your Organization to Provide a DUNS number to DAI I. SUBCONTRACTS/PURCHASE ORDERS: All domestic and foreign organizations which receive first-tier subcontracts/ purchase orders of a certain value are required to obtain a DUNS number prior to signing of the agreement. Your organization is exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. Please see the self-certification form attached. II. MONETARY GRANTS: All foreign entities receiving first-tier monetary grants (standard, simplified and FOGs) of a certain and performing work outside the U.S. must obtain a DUNS number prior to signing of the grant. All U.S. organizations who are recipients of first-tier monetary grants of any value are required to obtain a DUNS number. NO SUBCONTRACTS/POs or MONETARY GRANTS WILL BE SIGNED BY DAI WITHOUT PRIOR RECEIPT OF A DUNS NUMBER. Note: The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the winner providing a DUNS number to DAI. Organizations who fail to provide a DUNS number will not receive an award and DAI will select an alternate vendor/subcontractor/grantee. Instructions detailing the process to be followed in order to obtain a DUNs number for your organization begin on the next page. THE PROCESS FOR OBTAINING A DUNS NUMBER IS OUTLINED BELOW: 1. Log on to the D&B (Dun & Bradstreet) DUNS registration website to begin the process of obtaining a DUNS number free of charge. Please note there is a bar on the left for Frequently Asked Questions as well as s and telephone numbers for persons at Dun & Bradstreet for you to contact if you have any questions or difficulties completing the application on-line. DAI is not authorized to complete the application on your organization s behalf; the required data must be entered by an authorized official of your organization. 2. Select the Country where your company is physically located. 3. You will first be asked to search the existing DUNS database to see whether a DUNS number already exists for your organization/entity. Subcontractors/grantees who already have a DUNS number may verify/update their DUNS records. 4. Potential DAI subcontractors/vendors/grantees who do not already have a DUNS number will be shown the screen below. To request a new DUNS Number, the Request a New D-U-N-S Number button needs to be selected. Page 17 of 30

18 5. Enter the information regarding your organization listed on the next three screens. (See screen shots below.) Make sure you have the following information available (in English) prior to beginning the process of entering this section in order to ensure successful registration. Legal Business Name (commas are allowed; periods are not allowed) Address Phone Name of Owner/Executive Total Number of Employees Annual Sales or Revenue (US Dollar equivalent) Description of Operations 6. Note that some fields are Optional, however all other fields must be completed to proceed further with the application process. For example, all applicants must complete the Organization Information sections. The Company Name and Physical Address fields are self-populated based on information previously entered during the initial DUNS search. The question marks to the left of the field provide additional information when you click on them. Page 18 of 30

19 7. You must select the legal structure of your organization from the pull down menu. To assist you in selecting the appropriate structure that best represents your organization, a brief description of the various types follows: Corporation A firm that meets certain legal requirements to be chartered by the state/province in which it is headquartered by the filing of articles of incorporation. A corporation is considered by law to be an entity separate and distinct from its owners. It can be taxed; it can be sued; it can enter into contractual agreements. Government - central, province/state, district, municipal and other U.S. or local government entities. Includes universities, schools and vocational centers owned and operated by the government. Limited Liability Company (LLC) - This is a type of business ownership combining several features of corporation and partnership structures. It is designed to provide the limited liability features of a corporation and the tax efficiencies and operational flexibility of a partnership. Its owners have limited personal liability for the LLC s debts and obligations, similar to the status of shareholders in a corporation. If your firm is an LLC, this will be noted on the organizations registration and licensing documents. Non-profit - An entity which exists for charitable reasons and is not conducted or maintained for the purpose of making a profit. Any money earned must be retained by the organization, and used for its own expenses, operations, and programs. Most organizations which are registered in the host country as a non-governmental organization (NGO) rather than as a commercial business are anon-profit entities. Page 19 of 30

20 Community based organizations, trade associations, community development councils, and similar entities which are not organized as a profit making organization should select this status, even if your organization is not registered formally in country as an NGO. Partnership- a legal form of operation in which two or more individuals carry on a continuing business for profit as co-owners. The profits and losses are shared proportionally. Proprietorship-These firms are owned by one person, usually the individual who has day-to-day responsibility for running the business. Sole proprietors own all the assets of the business and the profits generated by it. 8. One of the most important fields that must be filled in is the Primary SIC code field. (See screen shot below.) The Primary Standard Industrial Code classifies the business most relevant industry and function. 9. If you are unsure of which SIC Code your organization s core business falls under, please refer to the following website: Page 20 of 30

21 Page 21 of 30

22 You will need to enter certain keywords to bring up the potential SIC Codes. In the case above, Research was entered as the keyword, and resulted in the following: PLEASE NOTE: Many of the DAI subcontractors and grantees fall under one of the following SIC codes: 8742 Management Consulting Services 1542 General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses or one of the codes within: Industry Group 357: Computer and Office Equipment Industry Group 355: Special Industry Machinery, Except Metalworking Industry Group 356: General Industrial Machinery and Equipment Industry Group 359: Miscellaneous Industrial and Commercial Page 22 of 30

23 10. Description of Operations- Enter a brief description of the primary services you provide the example below, agricultural technical assistance was chosen as the primary function of the business. Page 23 of 30

24 11. The Annual Sales or Revenue figure should be provided in USD (US Dollar) equivalent. 12. Once all of the fields have been completed, click on Submit Your Request to be taken to the Verification page. 13. Note: Representative (Principal, Owner or Officer) needs to verify and provide affirmation regarding the accuracy of the data under criminal or civil penalties as per Title 18, Section 1001 of the US Criminal Code. 14. Once Yes, Continue button is clicked, the registration application is sent to D&B, and a DUNS number should be available within hours. DUNS database can be checked in hours by entering the Business Information in the Search window which should now display a valid result with the new DUNS number for the entity. Page 24 of 30

25 10.5 Attachment E: Self Certification for Exemption from DUNS Requirement Self-Certification for Exemption from DUNS Requirement For Subcontractors and Vendors Legal Business Name: Physical Address: Physical City: Physical Foreign Province (if applicable): Physical Country: Signature of Certifier Full Name of Certifier (Last Name, First/Middle Names): Title of Certifier: Date of Certification (mm/dd/yyyy): The sub-contractor/vendor whose legal business name is provided herein, certifies that we are an organization exempt from obtaining a DUNS number, as the gross income received from all sources in the previous tax year is under USD $300,000. *By submitting this certification, the certifier attests to the accuracy of the representations and certifications contained herein. The certifier understands that s/he and/or the sub-contractor/vendor may be subject to penalties, if s/he misrepresents Page 25 of 30

26 the sub-contractor/vendor in any of the representations or certifications to the Prime Contractor and/or the US Government. The sub-contractor/vendor agrees to allow the Prime Contractor and/or the US Government to verify the company name, physical address, or other information provided herein. Certification validity is for one year from the date of certification. Page 26 of 30

27 10.6 Attachment F: Past Performance Form Include projects that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date. Projects should have been undertaken in the past three years. Projects undertaken in the past six years may be taken into consideration at the discretion of the evaluation committee. # Project Title Description of Activities Location Province/ District Client Name/Tel No Cost in US$ Start-End Dates Completed on schedule (Yes/No) Completion Letter Received? (Yes/No) Type of Agreement, Subcontract, Grant, PO (fixed price, cost reimbursable) Page 27 of 30

28 10.7 Attachment G: Representations and Certifications of Compliance 1. Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency. 2. Executive Compensation Certification- FAR requires DAI, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS) 3. Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury (online at or the United Nations Security Designation List (online at: This provision must be included in all subcontracts/sub awards issued under this Contract. 4. Trafficking of Persons The Contractor may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award. 5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions The Bidder certifies that it currently is and will remain in compliance with FAR , Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions. 6. Organizational Conflict of Interest The Bidder certifies that will comply FAR Part 9.5, Organizational Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of information bearing on whether a potential conflict may exist, that Bidder shall immediately provide DAII with a disclosure statement describing this information. 7. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR , Prohibition of Segregated Facilities. 8. Equal Opportunity The Bidder certifies that it does not discriminate against any employee or applicant for employment because of age, sex, religion, handicap, race, creed, color or national origin. 9. Labor Laws The Bidder certifies that it is in compliance with all labor laws Federal Acquisition Regulation (FAR) The Bidder certifies that it is familiar with the Federal Acquisition Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR, including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal transactions. 11. Employee Compliance The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of an DAI Purchase Order to comply with the provisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations in connection with the work associated therein. By submitting a proposal, offerors agree to fully comply with the terms and conditions above and all applicable U.S. federal government clauses included herein, and will be asked to sign these Representations and Certifications upon award. Page 28 of 30

29 Page 29 of 30

30 10.8 Attachment H: Proposal Checklist Offeror: Have you? Submitted your electronic proposal to DAI as specified in General Instructions above? Does your proposal include the following? Signed Cover Letter (use template in Attachment B) Proposal of the Service that meets the technical requirements as per Attachment A Cost of the Service that meets the technical requirements as per Attachment A Response to each of the evaluation criteria Documents used to determine Responsibility Evidence of a DUNS Number OR Self Certification for Exemption from DUNS Requirement Past Performance (use template in Attachment F) Page 30 of 30

East Africa Trade and Investment Hub

East Africa Trade and Investment Hub East Africa Trade and Investment Hub Request for Quotation (RFQ) RFQ-NAI-00014 Supply and Delivery of a brand new 8-14 seater Mini Van Issue Date: 9th June 2015 WARNING: Prospective Bidders, who have received

More information

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded SPEED +, invites qualified vendors to submit quotations to supply venue and accommodation for Printing of Communication Materials

More information

1. Sinopse do Pedido de Cotação

1. Sinopse do Pedido de Cotação 1. Sinopse do Pedido de Cotação DAI, implementer of the USAID funded SPEED+, invites qualified vendors (companies or individuals) to submit quotations to supply and deliver Photography Services, as follows:

More information

Synopsis of the Invitation For Bids (IFB)

Synopsis of the Invitation For Bids (IFB) Synopsis of the Invitation For Bids (IFB) The DAI Business Development Unit invites qualified vendors to submit proposals/bids to conduct an initial reconnaissance trip and serve as the lead technical

More information

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project Invitation for Bid (IFB) DISP-KIWASH-2018-001 DISPOSAL OF USED PROJECT VEHICLE (Toyota Prado TX) Issue Date: January 19, 2018 WARNING: Prospective

More information

1. Request for Proposal Services

1. Request for Proposal Services 1. Request for Proposal Services DAI, implementer of the USAID funded Iraq Governance and Performance Accountability (IGPA) project, invites qualified vendors to submit proposals/bids for Short Technical

More information

DAI FTF VC INOVA Radisson complex, Torre Rani, 2 nd floor, Ave Marginal 141 Maputo 1100, Mozambique

DAI FTF VC INOVA Radisson complex, Torre Rani, 2 nd floor, Ave Marginal 141 Maputo 1100, Mozambique 1. Synopsis of the Request for Quotation - Service DAI, implementer of the USAID funded, FTF VC INOVA, invites qualified vendors to submit quotes to supply rental services for 1 (One pick up 4DW vehicle)

More information

Request for Proposal RFP # National Data Consultant, India - Equal Measures FY18

Request for Proposal RFP # National Data Consultant, India - Equal Measures FY18 Request for Proposal RFP # National Data Consultant, India - Equal Measures 2030 - FY18 Equal Measures 2030 invites you to submit a proposal for consultancy services; using data and evidence to support

More information

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua REQ-JAK-17-0058-Re-advertised USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua Request For Proposals (RFP) Re-advertised No. REQ-JAK-17-0058 Junior Environment Service

More information

Iraq Governance and Performance Accountability Project (IGPA)

Iraq Governance and Performance Accountability Project (IGPA) RFP-DAI-IGPA-17-003 Election Support Iraq Governance and Performance Accountability Project (IGPA) Request For Proposals (RFP) No. RFP-DAI-IGPA-17-003 Election Support Modification 1 (Changes are highlighted)

More information

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua Request For Proposals (RFP) No. REQ-EJR-18-0047 Individual Consultant for GIS Facilitation PDAM Kabupaten Sidoarjo Issue

More information

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua Request For Proposals (RFP) No. REQ-NSR-17-0137 GIS Mentoring Program Development of Spatial Data of Pipeline Networks

More information

Strengthening Democratic Governance and Accountability Project (SDGAP)

Strengthening Democratic Governance and Accountability Project (SDGAP) Strengthening Democratic Governance and Accountability Project (SDGAP) Request for Proposal SDGAP-BPA-RFP -0007 Procurement Travel Agency Services Domestic & International Issue Date: 7 May 2018 WARNING:

More information

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0049 Payroll & Employee Benefits Management Services Issue Date: February 02, 2017 WARNING: Prospective Offerors who have received

More information

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua Request For Proposal (RFP) No. REQ JAK 18 0033 Consultant of Service Provider for development of Billing and Accounting

More information

USAID Indonesia Urban Water Sanitation and Hygiene. Penyehatan Lingkungan Untuk Semua

USAID Indonesia Urban Water Sanitation and Hygiene. Penyehatan Lingkungan Untuk Semua RFP No. REQ JAK 17 0019 USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua Request For Proposal (RFP) No. REQ JAK 17 0019 Consultant of GIS Assistance in Support of 3

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: Delivery Location: Source & Nationality

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: AMD-007 Issuance Date: April 07, 2016 Deadline for Offers: April 25, 2016 Description: For: Funded By: Implemented By: Point of Contact: Office Equipment AMD Project

More information

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua RFP No. REQ-JAK-18-0013 USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua Request For Proposals (RFP) No. REQ-JAK-18-0013 Consultant for Developing Module/Material on

More information

Request for Quotations

Request for Quotations RFQ Number: -120 Issuance Date: September 17, 2018 Deadline for Questions: September 22, 2018 Deadline for Offers: September 26, 2018 Description: Janitorial Services Required for Lahore and Karachi Offices

More information

Answers to Queries received in response to this RFQ

Answers to Queries received in response to this RFQ Answers to Queries received in response to this RFQ Bidder 1 1. With reference to RFQ for hiring of rental vehicle in five District of Punjab. Since there is 16% Punjab Sales Tax on Rental vehicle services

More information

Date: September 24, 2018 Ref.: RFQ Subject: Request for Quotations for Conducting Two Sets of Surveys in Ukraine

Date: September 24, 2018 Ref.: RFQ Subject: Request for Quotations for Conducting Two Sets of Surveys in Ukraine Date: September 24, 2018 Ref.: RFQ 18 056 Subject: Request for Quotations for Conducting Two Sets of Surveys in Ukraine The International Foundation for Electoral Systems (IFES), invites your firm to participate

More information

Request for Quotations (RFQ) Agricultural Support to Azerbaijan Project (ASAP) United States Agency for International Development (USAID)

Request for Quotations (RFQ) Agricultural Support to Azerbaijan Project (ASAP) United States Agency for International Development (USAID) Request for Quotations (RFQ) RFQ Number: CNFA-AZ-25 Issuance Date: May 25, 2016 Deadline for Offers: June 8, 2016 Description: For: Funded By: Implemented By: Point of Contact: Optical Sorter for Hazelnut

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: AMD-078 Issuance Date: January 16, 2018 Deadline for Offers: January 22, 2018 Description: For: Funded By: Implemented By: Point of Contact: Meat for Branding Dinner

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA)

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) Counterpart International Afghanistan Afghan Civic Engagement Program (ACEP) Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) RFQ Number: CPI-ACEP-BPA-17-09 Issuance Date: October 29, 2017

More information

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA)

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) Counterpart International Afghanistan Afghan Civic Engagement Program (ACEP) Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) RFQ Number: CPI-ACEP-BPA-17-06 Issuance Date: August 7, 2017

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: PATTA-RFQ-06 Issuance Date: July 13, 2018 Deadline for Offers: July 23, 2018 Description: From: For: Funded By: Implemented By: Point of Contact: Logistics Support

More information

REQUEST FOR QUOTATIONS (RFQ)

REQUEST FOR QUOTATIONS (RFQ) REQUEST FOR QUOTATIONS (RFQ) Transition Initiatives for Stabilization Plus (TIS+) Provision of Support for Engineering Technical Supervision and Capacity Building for Baardhere Orientation Center (JSS021)

More information

Subject: Request for Quotations for: Nationwide household survey in Libya

Subject: Request for Quotations for: Nationwide household survey in Libya Date: January 30, 2019 Ref.: RFQ/19/032 Subject: Request for Quotations for: Nationwide household survey in Libya The International Foundation for Electoral Systems (IFES) invites your firm to participate

More information

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA)

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) Counterpart International Afghanistan Afghan Civic Engagement Program (ACEP) Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) RFQ Number: CPI-ACEP-BPA-18-12 Issuance Date: October 14, 2018

More information

Request for Quotations (RFQ) for Blanket Purchase Agreement (BPA)

Request for Quotations (RFQ) for Blanket Purchase Agreement (BPA) Counterpart International Afghanistan Afghan Civic Engagement Program (ACEP) Request for Quotations (RFQ) for Blanket Purchase Agreement (BPA) RFQ Number: CPI-ACEP-BPA-17-04 Issuance Date: July 18, 2017

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: AMD-065 Issuance Date: October 09, 2017 Deadline for Offers: October 20, 2017 Description: For: Funded By: Implemented By: Point of Contact: Hiring of an Event

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: GHSC-PSM-TO2-2017-MG-LAB- RO10036422 For the procurement: Lab Commodities for Madagascar Issuance Date: December 4, 2017 Closing date: December 7, 2017 For: USAID

More information

Strengthening Democratic Governance and Accountability Project (SDGAP) Request for Proposals (RFP) No. RFP-COL

Strengthening Democratic Governance and Accountability Project (SDGAP) Request for Proposals (RFP) No. RFP-COL RFP No. RFP-COL-18-0023 Strengthening Democratic Governance and Accountability Project (SDGAP) Request for Proposals (RFP) No. RFP-COL-18-0023 Document Archival System for The Parliament of Sri Lanka Issue

More information

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DATE: 02/05/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment, on-boarding and staff administration services United

More information

TERMS OF REFERENCE. For a Bi-lingual Local Project Coordinator. To support stakeholder engagement and research on financial inclusion in Benin

TERMS OF REFERENCE. For a Bi-lingual Local Project Coordinator. To support stakeholder engagement and research on financial inclusion in Benin TERMS OF REFERENCE For a Bi-lingual Local Project Coordinator To support stakeholder engagement and research on financial inclusion in Benin MAP and FinScope Consumer Survey Benin 2017 RFP ID: MAP BENIN_2017

More information

Date: March 5, Ref.: RFQ Subject: Request for Quotations for Pre-Election Survey Firm in Nigeria

Date: March 5, Ref.: RFQ Subject: Request for Quotations for Pre-Election Survey Firm in Nigeria Date: March 5, 2018 Ref.: RFQ-18-022 Subject: Request for Quotations for Pre-Election Survey Firm in Nigeria The International Foundation for Electoral Systems (IFES), invites your firm to participate

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Request for Quotations

Request for Quotations RFQ Number: -124 Issuance Date: November 26, 2018 Deadline for Questions: November 28, 2018 Deadline for Offers: December 03, 2018 Description: Vegetable Processing Machinery For: U.S. Pakistan Partnership

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Page 1 of 8 Request for Quotations (RFQ) RFQ Number: CBA#:17-011 Issuance Date: 18 Sep- 2017 Deadline for Offers: 30 Sep -2017 Description: For: Funded By: Implemented By: Point of Contact: Provision of

More information

FinScope Methodology

FinScope Methodology FinScope Methodology 1. FinScope Surveys The FinScope survey is a research tool developed by FinMark Trust. It is a nationally representative survey of how people source their income, and how they manage

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Section 6: Returnable Bidding Forms / Checklist

Section 6: Returnable Bidding Forms / Checklist Section 6: Returnable Bidding Forms / Checklist This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding Forms in accordance with the instructions in the

More information

Answers to Queries received in response to this RFQ

Answers to Queries received in response to this RFQ Answers to Queries received in response to this RFQ 1) Line item 2 of Description and Specifications, "Fixing of Machine & its Parts on the Vehicle New development and placement of Hood on the back of

More information

Request for Quotations

Request for Quotations RFQ Number: -101 Issuance Date: July 20, 2018 Deadline for Questions: August 19, 2018 Deadline for Offers: August 26, 2018 Description: Supply of two Chili Oleoresin Extraction Plants For: U.S. Pakistan

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: Issuance Date: 16 April 2018 Deadline for Questions: Deadline for Offers: 27 April 2018 at 5:00 PM Eastern Time Open and Continuous until May 16, 2019. The following

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) MODIFICATION NO. 1: See Section 3 for updated destinations and quantities Request for Quotations (RFQ) RFQ Number: AMD-054 Issuance Date: June 1, 2017 Deadline for Offers: June 8, 2017 Description: For:

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: RFQ-WIG-00879 Issuance Date: May 09, 2017 Deadline for Offers: Description: For: May 13, 2017 at 10:00 A.M. local time Kabul, Afghanistan Printing of Training Modules

More information

Request for Quotation (RFQ)

Request for Quotation (RFQ) AECOM International Development, Inc. Strengthening Watershed & Irrigation Management - SWIM Hawa Shenasi Street, Dreshak Hotel Services, Kabul, Afghanistan. (+) 93 72 892 2122 Request for Quotation (RFQ)

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) AECOM Strengthening Watershed and Irrigation Management (SWIM) Contract No. AID-306-C-17-00001 The Baron Kabul, Afghanistan Request for Quotations (RFQ) RFQ Number: RFQ-SWIM-2017-011 Issuance Date: March

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: RFQ Purpose: GHSC-PSM-TO2-2018-ZM-LAB-RO10060169-RO10060171 For the Procurement of Laboratory Supplies Issuance Date: October 3, 2018 Closing date: October 9, 2018

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: GOV2017HDP02o Open

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP Released on July 21, 2016 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. PURPOSE OF THE STUDY The Township of Lower Saucon

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Page 1 of 8 Request for Quotations (RFQ) RFQ Number: Issuance Date: August 7, 2017 Deadline for Offers: Description: For: August 12, 2017-11:59PM Local Kabul Time Business Matchmaking Support for the India-Afghanistan

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

Master degree in the field of Computer Science and/or Information Technologies At least 10 (ten) years of professional experience in the field of design, development and implementation of software solutions

More information

REQUEST FOR QUOTATION (RFQ) Issue Date: December 12, 2017

REQUEST FOR QUOTATION (RFQ) Issue Date: December 12, 2017 REQUEST FOR QUOTATION (RFQ) Reference No: AUAF-RFQ-17-083 Issue Date: December 12, 2017 Closing Date: December 21, 2017 - from 01:30 to 02:30 PM PROJECT: Procurement and Supply of DL 380 G9 Server or equal

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS DEVELOPMENT OF REPORTS ON GAPS IN PRIMARY HEALTH CARE RESEARCH AND IMPLEMENTATION IN LOW AND MIDDLE-INCOME COUNTRIES TO ACCELERATE IMPROVEMENT Proposals for: Development of a report

More information

Subject: Request for Quotations for Survey Research of Voter Education in Sri Lanka

Subject: Request for Quotations for Survey Research of Voter Education in Sri Lanka Date: September 22, 2016 Ref.: RFQ/16/135 Subject: Request for Quotations for Survey Research of Voter Education in Sri Lanka The International Foundation for Electoral Systems (IFES), invites your firm

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: LAP14046-RFQ-01-12-15 Issuance Date: December 28, 2015 Deadline for Offers: December 31, 2015 Description: From: Provision of Cricket Sports Equipment Lapis Limited

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: AMD-089 Issuance Date: March 20, 2018 Deadline for Offers: March 26, 2018 Description: For: Funded By: Implemented By: Point of Contact: Hiring of an Event Management

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

Code of Business Ethics & Conduct

Code of Business Ethics & Conduct Code of Business HGA s success depends on conducting itself in accordance with the highest ethical standards and in full compliance with applicable law. Working with clients throughout the United States

More information

Procurement Under the New Requirements 1

Procurement Under the New Requirements 1 Requirements 1 Procurement under the New Requirements 1 Why This Session Is Needed New provisions in Uniform Guidance Changes to conflict of interest requirements in Uniform Guidance Distinctions between

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY. ICRAF House, UN Avenue Gigiri PO Box Nairobi Kenya

INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY. ICRAF House, UN Avenue Gigiri PO Box Nairobi Kenya INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY ICRAF House, UN Avenue Gigiri PO Box 30677 00100 Nairobi Kenya Tel. +254 20 524 000, Fax: +254 20 524 001 TENDER No. ICRAF /ME/09/2018 REQUEST FOR PROPOSAL

More information

(RFQ) Request for Quotation

(RFQ) Request for Quotation (RFQ) Request for Quotation Issuance Date: 20 December 2017 Deadline for Offers: 5 January 2018 Description: Provision of dry fruits for AMBIL main office, Kabul Afghanistan. Contract No: Prime contract

More information

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019 Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced vendor to conduct listening sessions in Fresno EOC Target Areas,

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A )

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A ) CITY OF TUSCALOOSA ) STATE OF ALABAMA ) REQUEST FOR PROPOSALS TO: FROM: RE: Qualified Firms The City of Tuscaloosa, Alabama Request for Proposals for Classification Pay and Benefits Study (A17-0172) DATE

More information

New York City Transit (NYCT) DATE: July 19, 2018 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000226381

More information

Completing the Electronic Annual Certifications & Representations Survey: Supplier Guidance

Completing the Electronic Annual Certifications & Representations Survey: Supplier Guidance UTC Completing the Electronic Annual Certifications & Representations Survey: Supplier Guidance Name: Supplier Guidance: Completing the Electronic Annual Certifications & Representations Survey Owner:

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers 1. Question Is pre-registration required for the pre-proposal conference on May 3? Answer Pre-registration is not required. Please refer to Section I-8 of the RFP for further information. 2. Question Please

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Subject: RfP Endline Novateca Impact Assessment Study Dear Sir/Madam, Date: July 9, 2018 1. You are requested to submit a bid for Endline Novateca Impact Assessment Study as

More information