BID # 102/2013 PART 1 LABORATORY INFORMATION SYSTEM [LIS] PUBLIC TENDER WITH PRELIMINARY ADMINISTRATIVE SELECTION

Size: px
Start display at page:

Download "BID # 102/2013 PART 1 LABORATORY INFORMATION SYSTEM [LIS] PUBLIC TENDER WITH PRELIMINARY ADMINISTRATIVE SELECTION"

Transcription

1 MACCABI HEALTHCARE SERVICES 27 HAMMERED STREET, TEL-AVIV, ISRAEL, LABORATORY INFORMATION SYSTEM [LIS] PART 1 ADMINISTRATIVE BID # 102/2013 PUBLIC TENDER WITH PRELIMINARY SELECTION

2 Table of content 0. Introduction [M] Administration [I] List of Documents to be Submitted in Phase A [G] List of Documents to be Submitted in Phase B [G] Appendix A: Technical Specifications Document [M] Appendix B: Engagement Agreement [M] Appendix C: Financial Proposal (Cost and Resources) [M] Appendix D: Bidder's Letter of Declaration and Undertaking [M] Appendix E: Bidder Details Form Appendix F: Letter of Guarantee for the Proposal [M] Appendix G: Affidavit [M] Appendix H: Guidelines for Demonstrations [M] Appendix I: System Requirements for POC [M] Appendix J: Manner of Using the Secure digital vaults [I] Appendix K: Structure of Form for Presenting Questions [M] Page 2 of 53

3 0. Introduction [M] 0.1 Maccabi Healthcare Services hereby requests to receive proposals for the supply, customization and development, installation and implementation of a Laboratory Information Management System (LIS / LIMS) including all its components, training for users and provision of maintenance services for the system and its components, for the purpose of its integration into Maccabi's laboratories services and its integration with Maccabi's patients Medical Record system. The system's objectives are detailed in Chapter 1 of the Technical Specifications Document (Appendix A) below. 0.2 The proposed system shall meet the general standard requirements generally accepted in the field of computerization in Israel and globally, and also the requirements detailed in the Technical Specifications Document. The submitted proposal and its subsequent execution shall be in accordance with the Development and Maintenance Methodology ("Mafteah", or any PPM based methodology) procedure. 0.3 The Tender shall be conducted as follows: The Tender will have two phases. For the purpose of determining the final group of bidders to continue to the second phase, the Tender Committee shall request bidders to submit documents for the purpose of examining their compliance with the minimum conditions and technical specifications requirements by Monday, June 24, 2013 (deadline for submission of Phase A) The bidders complying with the minimum conditions and technical specification requirements shall be required to: a. Demonstrate the system in Maccabi's central laboratory, before the laboratory's representatives and Information Technology Team (directions and guidelines for demonstration are provided in Appendix H below). b. Perform a POC in accordance with the requirements as detailed in Appendix I below, in which the POC product shall be demonstrated in the central laboratory. c. Organize a visit to company headhunters and clients selected by Maccabi out of the company's clients list. Incur all travel and stay expenses as necessary of up to 5 Maccabi representatives Upon completing the performance of the foregoing in Paragraphs above, a weighted quality score shall be given for Parts 1 5 of the Quality Page 3 of 53

4 Assessment Table (Paragraph below) for the bidders, after which the final group of bidders to continue to Phase B shall be determined The bidders proceeding to Phase B shall be requested by the Tender Committee to perform a Gap Analysis process at Maccabi's laboratories As part of the foregoing, the bidders proceeding to Phase B shall be required to: a. Submit a "Gap Analysis" document. b. Submit a Statement Of Work (SOW) for the execution of the project. c. Submit, on the determined date, their financial proposal, Appendix C It is possible to submit proposals in which part of the services under the Tender are provided by a subcontractor; however, the winner shall be exclusively liable towards Maccabi for the provision of all services, including those provided by subcontractors working on his behalf In the case that a winner who chooses to engage a subcontractor for part of the services is selected, the subcontractor shall be required to prove his professional capabilities in the required field of implementation, and to maintain the rules of confidentiality. Maccabi shall receive in advance the details of all the subcontractor's employees participating in the implementation of the system, and shall approve the subcontractor's employees by name For the avoidance of any doubt, all dates stated in the Tender Documents are stated in Israeli time The exchange of documents between Maccabi and the bidders shall be through a secure digital vault. A vault shall be designated for each participant in the Tender. For instructions on using the vault, see Appendix J. 0.4 Purchasing the Tender Documents Those wishing to participate in the Tender may purchase the Tender Documents, from April 2, 2013 to April 14, 2013 at 6:00 PM (Excluding Fridays and Saturdays), in exchange for a sum of USD 5,000 (which shall not be refunded), through a bank transfer to "Maccabi Healthcare Services" including the Tender Number, as follows: Page 4 of 53

5 Name of Bank Bank Leumi Le-Israel B.M Full Address 19 Herzel Street Tel Aviv, Israel Account Name Maccabi Healthcare Services Account Number IBAN Number IL Swift Code LUMIILITTLV The Bidder shall send an notification to to Ms. Anat Mandel, the Tender Committee Coordinator, of making the payment for the purchasing the Tender Documents. The Bidder shall enclose to the notice the bank's approval of the actual transfer and contact details, including address and an available telephone number After receiving the confirmation of the transfer as foregoing and the bank's confirmation of the receipt of the required sum, Ms. Mandel, the Tender Committee Coordinator, shall transfer the Tender Documents to the secure digital vault designated for the Bidder. To eliminate any doubt, the Tender Documents (including all its appendices) will be transferred as PDF files together with some documents also in MS- Office format to be used by bidders for submission of their proposal (Stage A). In all cases, the PDF version of the Tender Documents shall be the binding version The Bidder purchasing the Tender shall receive by the address of the designated secure digital vault and instructions how to use it. For the purpose of receiving the access code of the secure digital vault, the Bidder shall contact the Tender Committee Coordinator by phone, at , between April 2, 2013 and April 14, 2013 from 10:00 AM to 2:00 PM, and on April 14, 2013 also from 4 PM to 6 PM, Israel time (as detailed in Paragraph above) For inquiries and clarifications see Paragraph 1.2.2, under the Administration chapter For the manner and deadline of submitting proposals see Paragraphs and of the Administration chapter. Page 5 of 53

6 0.5 Definitions In any case where a document constituting part of the Tender Documents includes a specific definition which is different from the following definitions, the specific definition in the document shall prevail. The "Tender" Public Tender with a Preliminary Selection Phase No. 102/2013, conducted in accordance with the provisions of the Tender Documents. "Maccabi" Maccabi Healthcare Services. Additional definitions as defined in the Engagement Agreement Appendix B of the Tender Documents. 0.6 Detailed description of the winner selection process: Below is a detailed description of the phases of the selection process. It is clarified that at all phases, Maccabi reserves the right to request written clarifications from the bidders Phase A preliminary selection phase. a. Examination of the compliance of proposals with the minimum conditions (Paragraph 1.11 below) and the mandatory requirements in the Technical Specifications Document (Appendix A). A proposal that does not meet the minimum conditions, the mandatory technical conditions and the minimum quality scores required in the Administration Section, Paragraph 1.12 below, shall be outright rejected. b. Maccabi reserves the right to request clarifications and allow correction of technical flaws only, and to request technical completions revealed in the process of examining the responses. c. Inspection, study and evaluation of the proposals evaluation of the Bidder's proposal including its various professional aspects, and the degree of its compliance with Maccabi's requirements, including the expected range of services, proposed project team, Bidder's experience, its economic strength etc. At this phase, Maccabi shall rely on the Bidder's proposal, its clarifications in response to Maccabi's requests and all other relevant information at its disposal. The Tender Committee shall be permitted to appoint a team on its behalf to examine the proposals and the bidders. The appointed team shall be permitted, but not required, to visit any facility or site, held or operated by the Bidder, to request and to receive any information with respect to the Bidder and/or the service it proposes, as well as to meet the proposed Project Manager and/or key team members. Page 6 of 53

7 The Tender Committee shall be permitted to reject any proposal, if it believes that the Bidder did not cooperate with the Tender Committee or anyone on its behalf, or did not provide information as required. d. Weighing all proposals according to the quality criteria in order to receive a weighted score and determine the final group of bidders the two bidders with the highest weighted score for Phase A, subject to their compliance with the minimal quality scores as defined in parts 1 5 of the quality evaluation (Paragraph ). In the case of a difference between the second and the third scores, of less or equal to 5%, the third highest ranked bidder will be added to the final group of bidders Phase B a. The final group of bidders shall be called to perform a Gap Analysis at Maccabi's laboratories. b. Submission of a "Gap Analysis" document and a Statement Of Work (SOW) by each Bidder, together with its financial proposal. c. Examination, study and evaluation of the "Gap Analysis" document and Statement Of Work (SOW), and a reweighing of each proposal according to the quality criteria in order to achieve a weighted score. d. Examination of the financial proposal. e. Weighing all bidders' proposals qualifying for Phase B in accordance with the quality and cost criteria in order to achieve a weighted score. Page 7 of 53

8 1. Administration [I] Below is the timetable up to the submission of proposals in Phase A: Activities Date Israel time Tender publication date March 20, 2013 First date for purchasing the Tender documents April 2, 2013 Last date for ing notification of transfer of payment for Tender Documents (bank transfer). April 14, 2013, 6:00 PM Last date for receiving the Bidders' inquiries / clarification questions. May 9, 2013, 6:00 PM Last date for providing answers to the Bidders clarification questions. June 10, 2013 Last date for receiving the Phase A proposals from the Bidders July 2, 2013, 6:00 PM 1.1 General [I] Maccabi Healthcare Services hereby requests to receive proposals for the supply, customization and development, installation and implementation of a Laboratory Information Management System (LIS / LIMS), including all its components, training for users and provision of Maintenance Services for the system and its components, for the purpose of its integration into Maccabi's laboratories services and its integration with Maccabi's patients Medical Record system. The system's objectives are detailed in Chapter 1 of the Technical Specifications Document (Appendix A) below. The proposed system shall meet the general standard requirements generally accepted in the field of computerization in Israel and globally, and also the requirements detailed in the Technical Specifications Document. The submitted proposal and its subsequent execution shall be in accordance with the Development and Maintenance Methodology ( Mafteah, or any PPM based methodology) procedure. Page 8 of 53

9 1.2 Administration [M] Contact [M] The contact on behalf of Maccabi Healthcare Services, who is to be contacted on all matters related to the Request for Proposals, or questions and clarifications regarding this Tender, is: Ms. Anat Mandel, Tender Committee Coordinator, at Tel. No Address: 27 Hammered Street, Tel Aviv , Israel. Prior the purchasing, all correspondence with respect to this Tender shall be made to the following address only: mandel_an@mac.org.il Procedure for sending questions and inquiries [M] a. Questions and inquiries regarding this Tender or regarding the Tender Documents may be sent in a MS-Word file, as in the example in Appendix K attached herewith. b. All questions and inquiries regarding this Tender should be uploaded to the secure digital vault assigned to the Bidder. The file will be collected from the vault by Ms. Anat Mandel, Tender Committee Coordinator. c. Inquiries/ Clarification shall be made by 9 May, 2013, using the secure digital vault. d. Inquiries received after this date shall not be answered. e. The Bidder is responsible for ensuring receipt of the inquiry at Tel. No or to the above address. f. Answers to the foregoing inquiries shall be provided to all Tender participants using the secure digital vault, by 10 June, Submission of proposals, Phase A [M] a. The documents for the purpose of examining the bidders' compliance with the minimum conditions (as detailed in Paragraph 1.5 below) and the technical specification requirements must be submitted using the secure digital vault, in accordance with the guideline document hereby attached as Appendix J, as defined in Paragraph 1.8 below. b. The proposal shall be submitted as required and as detailed in the Administration Section. Page 9 of 53

10 c. The proposal shall be submitted until July, 2, :00 PM Israel time. d. The bidders shall ensure that the attached filename bears the Tender number 102/2013, and that the secure digital vault is in the "To- Maccabi" folder. All attached documents shall include the Tender number as part of their name. e. The Tender Committee may, at its discretion, postpone the deadline for filing the proposal by an additional period of time, as long as the notice regarding the extension of deadline as foregoing is published. f. The Bidder shall examine itself the worthwhileness of the Engagement Agreement, the legal rights therein or any other matter which the Bidder believes has any significance or weight in its decision of whether to submit a proposal or enter into an agreement with Maccabi in case its proposal wins. The Bidder shall examine all of the foregoing by itself and at its own expense and shall be prevented from making any claims against Maccabi and/or anyone on its behalf on this ground Submission of proposals, Phase B [M] a. The bidders qualifying for Phase B shall submit the "Gap Analysis" and Statement Of Work (SOW) document together with the financial proposal, filed using the Proposal Form, in the wording detailed in Appendix C, after it is signed. All documents shall be submitted together with the Tender Documents, the Proposal Form being part thereof, as detailed in Paragraph below, and as detailed according to the requirements of the Tender, in one copy. b. The proposal for Phase B shall be filed using the secure digital vault as defined in Paragraph below. The name of document shall include the Tender No. 102/2013 and shall be found in the "To-Maccabi" folder. c. The proposal shall be filed on the date determined by the Tender Committee and provided to the Bidder's representative through the secure digital vault. The Tender Committee may, at its discretion, postpone the deadline for submitting the proposals by an additional period of time, as long as the notice regarding the extension of deadline as foregoing is published. Page 10 of 53

11 1.3 The Tender Documents [M] The Tender [M] The Tender includes: Part 1 This Administration Section and its appendices (excluding the Technical Specifications Document). Part 2 Technical Specifications Document Appendix A to the Administration Section (will be provided only to those purchasing the tender documents). Before reviewing the Technical Specification Document, please read thoroughly the Administration Section (this section) detailing the general conditions of the Tender and accurately defining the manner of response. 1.4 Specification Component Classification Method [I] Specification components are classified as follows: I (Information) A component presented for purposes of information only. It must be answered: "We read, understood and accepted". In case of any comments or reservations, it is necessary to state them. G (General) A component requiring a general answer, in a relatively open format. Usually this is an "open" item, where it is possible to add creative suggestions and solutions, as explained in Paragraph 1.8 below, as long as a clear answer to the requirement is ultimately given, the primary characteristics are emphasized and it is clear what exactly is being proposed, what already exists and what is guaranteed / proposed to exist in the future. S (Specific) A component requiring an accurate, detailed answer, in the exact format required in the Specifications: filling in a table, attaching approvals etc. Usually this is a "closed" item. It is possible to add information beyond what is required, subject to the guidelines for the G classification. If there is a great deal of information, it Page 11 of 53

12 should be added as an appendix, under the appropriate classification. M (Mandatory) A minimum component (go / no go), also called a mandatory item ("mandatory" refers to the contents of the paragraph, not to the very requirement to answer. The requirement to answer applies to all specification items as explained in Paragraph 1.8 below). The Bidder's answer shall be of the "we read, understood and accepted our proposal meets the requirements of this paragraph" type, or compliance with the requirement (producing an approval, for example), or an undertaking to comply with the requirements, all in accordance with the subject matter and contents of the paragraph. No answer, an answer not complying with the requirement, no answer to the requirement, or an unclear or ambiguous answer, in a paragraph of this type, shall result in the outright rejection of the proposal. The classification of a parent component applies to all subcomponents, unless the subcomponent states otherwise. In other words, if a component states a classification this is the binding classification. If a component states no classification the classification of its parent component is binding. Beyond any classification, please note the applicable guidelines detailed in each paragraph Classification of the paragraphs of the Administration Section [M] The administration paragraphs (this chapter and the introduction) including the Cost section are all classified M, and must all be accurately answered. Signing the Letter of Declaration and Undertaking (Appendix D) testifies to the understanding and acceptance of all provisions and obligations in these paragraphs. It is clarified that a list of all required documents and approvals is attached to Chapter Classification of the Technical Specifications Document (Appendix A) [M] The components of the professional part (Sections 1 5 below) are classified in the following manner: Page 12 of 53

13 SECTION 1 Goals and Objectives G SECTION 2 Application S SECTION 3 System Requirements S SECTION 4 Technology & Infrastructure S SECTION 5 Implementation & Support S In addition, the classification is stated in the specifications themselves, next to the heading of each paragraph (or its parent component). Beyond any classification, please note the applicable guidelines detailed in each paragraph. 1.5 Undertakings and approvals for submitting the proposal [M] Bank guarantee for submitting the proposal [M] As part of the proposal submitted in Phase A, it is necessary to produce an autonomous bank guarantee, issued by a bank in Israel or a foreign bank with an Israeli branch, at the total sum of NIS 750,000 (seven hundred and fifty thousand Israeli Shekels), (hereinafter: the "Guarantee"), to be paid within 10 days of Maccabi's first written demand, and in accordance with the format attached as Appendix F to the Tender Documents, or in a format that is not materially different from it. The Guarantee shall state explicitly that it has been issued at the Bidder's request, and it shall be in the name of Maccabi Healthcare Services. a. The bank guarantee shall be sent together with the Tender Documents through the secure digital vault, by the deadline for submitting proposals in Phase A. b. The Guarantee shall be in effect until December 31, 2013, up to and including. c. In addition, Maccabi shall have the right to unilaterally extend the Guarantee for an additional period of up to 60 (sixty) days, this subject to the Bidder's proposal being extended in accordance with Paragraphs and below. d. Without derogating from the generality of the foregoing, the Tender Committee shall be permitted to order the foreclosure of a Bidder's Guarantee, in whole or in part, as fixed, pre-agreed liquidated damages, this without prejudicing Maccabi's right to other reliefs, including the cancelation of the proposal's acceptance and accepting Page 13 of 53

14 another proposal, all this after it has given the Bidder an opportunity to present its claims, if any of the following applies: It acted in the process of the Tender deviously, dishonestly or in bad faith; It gave the Tender Committee false or materially inaccurate information; After it had been elected as the Tender's winner, it acted in noncompliance with the provisions set in the Tender, which constitutes a precondition for creating Maccabi's engagement with the winner. A proposal to which no such Letter of Guarantee is attached shall be outright rejected Insurance policy confirmation a. If the Bidder is a resident of the State of Israel it shall be required to produce to Maccabi an insurance policy confirmation (attached to the Tender Documents as Appendix H to the Engagement Agreement), signed and approved by the insurance company, in a wording that is not materially different, and which shall be acceptable to Maccabi, one day before the date of signing the Engagement Agreement. b. If the Bidder is not a resident of the State of Israel a letter of undertaking shall be submitted in accordance with the relevant items in Paragraph 20 of the Agreement. c. Questions and clarifications in connection with the insurance policy confirmation may be made in accordance with the provisions of Paragraph above Approvals [M] If the Bidder is a resident of the State of Israel shall produce confirmation stating that it performs bookkeeping as legally required, as well as confirmation under the Public Body Transactions Law (Enforcement of Bookkeeping), 1976, that it keeps accounts in accordance with the Income Tax Order and VAT Law. Alternately, if the Bidder is not a resident of the State of Israel, it shall produce a residency approval from the tax authorities in its country of origin, in order for it to receive an exemption / reduction for deduction of tax at source, in case payment of taxes applies. A summary list of all required approvals / documents is included in Chapter 2. Page 14 of 53

15 1.5.4 Validity of the Proposal Phase A [M] a. The Bidder shall confirm that its offer shall be in effect for 12 (twelve) months from the deadline for submitting proposals. After this period elapses, if the process of selecting the winner is not yet completed, Maccabi shall be permitted to request from the bidders that they extend the effect of their proposals for additional periods of up to 90 (ninety) days each, in which case each Bidder shall be permitted to extend the effect of its proposal in accordance with the request, or to inform Maccabi of the cancelation of its proposal. Such request shall be sent by Maccabi in writing. b. A notice of agreement to the extension of the effect of the proposal, or the cancelation of the proposal, shall be sent to Maccabi by the Bidder in writing, to the care of Ms. Anat Mandel, Tender Committee Coordinator, by , within 2 business days of the time the Bidder is requested to extend the effect of its proposal or cancel it. c. In case there is no answer from the Bidder within the foregoing period of time, its proposal shall be deemed to have been canceled by the Bidder. d. If the Bidder cancels its proposal in accordance with the provisions of Paragraph 1.5.4b above, or in the manner set in Paragraph 1.5.4c above, it shall have no claims or suits against Maccabi Validity of the Proposal Phase B [M] a. The Bidder shall confirm that its proposal shall be in effect for 90 (ninety) days from the deadline for submitting proposals. After this period elapses, if the process of selecting the winner is not yet completed, Maccabi shall be permitted to request from the bidders that they extend the effect of their proposals for additional periods of up to 90 (ninety) days each, in which case each Bidder shall be permitted to extend the effect of its proposal in accordance with the request, or inform Maccabi of the cancelation of its proposal. Such request shall be sent by Maccabi in writing. b. A notice of agreement to the extension of the effect of the proposal, or of cancelation of the proposal, shall be sent to Maccabi by the Bidder in writing, to the care of Ms. Anat Mandel, Tender Committee Coordinator, by , this within 2 business days of the time the Bidder is requested to extend the effect of its proposal or cancel it. Page 15 of 53

16 c. In case there is no answer from the Bidder within the foregoing period of time, its proposal shall be deemed to have been canceled by the Bidder. d. If the Bidder cancels its proposal in accordance with the provisions of Paragraph 1.5.5b above, or in the manner set in Paragraph 1.5.5c above, it shall have no claims or suits against Maccabi Intellectual Property rights [M] The Bidder declares that it has no legal or contractual hindrance to supply the solution it proposes as part of this Tender, and that the supply of the solution and/or the system it proposes as a whole violates no patent and/or design and/or copyright and/or any infringement of property rights, including intellectual property rights of any other company and/or entity including any other person. In case Maccabi is sued by any party due to the violation of property rights, including intellectual property, and/or other claims by any third party, related to the solution proposed by the Bidder and/or the system as a whole, the Bidder undertakes to immediately compensate and/or indemnify Maccabi for any expense it incurs as a result of such a claim Conflict of interest [M] The Bidder declares that to the best of its knowledge, the submission of this proposal and the execution of the project (if it wins it) constitute no business or personal conflict of interest for it or for its employees, for subcontractors or third party companies involved in this proposal or in the execution thereof. The Bidder undertakes to act with fidelity towards Maccabi and to promptly inform Maccabi of any issue in which it has any personal interest and/or which may cause a conflict of interest with the services under the Tender Service and maintenance [M] The Bidder declares that all solution components are covered under ongoing service and maintenance. To the best of its knowledge and the knowledge of all subcontractors involved in this proposal, there is no information regarding any planned interruption of support for them, and there is no problem in providing developments and updates until Maccabi decides on the termination of the engagement. In case that over the years it is decided to cease developing the product, the Bidder undertakes to continue developments and updates throughout the period of the undertaking, until Maccabi decides on the termination of the engagement. Page 16 of 53

17 1.6 Undertaking and Approvals for Winning the Tender [M] Bank Guarantee for execution of the Tender [M] The winner shall attach a decreasing bank Guarantee in accordance with Paragraph 10 of the Agreement Quality procedure [M] Execution of the project shall be performed in accordance with quality procedures. Complementary methodologies and tools proposed by the Bidder shall be presented under the appropriate paragraphs in the Technology Chapter. Maccabi's IT branch works according to ISO9001:2008 standard, and therefore the Bidder shall comply with the generally accepted conditions required as a result Engagement Contract and Technical Appendix [M] Signing the Engagement Agreement Appendix B to this Tender, as well as the Technical Appendix attached to the Tender, constituting an integral part thereof. The Technical Appendix shall consist of a combination of the Technical Specifications Document (Appendix A), Bidder's proposal (as explained in the Tender) and the characterization documents prepared by the Bidder. The Tender winner shall sign the Engagement Agreement attached as Appendix B to the Tender Documents, in two copies, and shall produce these to Maccabi within 30 (thirty) workdays from the date of receiving the notice on winning the Tender. The winner undertakes to produce to Maccabi, one day before the date of signing the Engagement Agreement, an insurance policy confirmation signed and approved by the insurance company. The winner acknowledges and agrees that no changes / reservations shall be accepted in the wording of the Engagement Agreement as it appears in Appendix B to the Tender. The Bidder declares that: The Bidder acknowledges that Maccabi intends to complete the engagement process within a fixed period of time from the date of announcing the Tender winner (up to thirty business days). In case this engagement is not performed Page 17 of 53

18 within this time period, for any reason, Maccabi reserves the right to select a second, third, etc. winner Ownership of the system and rights of use [M] The proposed system shall be used by Maccabi. Parts developed on the basis of requirements unique to Maccabi shall be owned by Maccabi. The Bidder shall undertake to fully regulate rights of use of all accessory components, including shelf software, for Maccabi. If the proposed solution includes rights of use for any third party, the Bidder shall undertake to regulate these rights for Maccabi, without Maccabi having to sign any contract or agreement beyond the contract between the third party and the Bidder Warranty, maintenance and service [M] Undertaking to provide warranty, maintenance and service, including for individual parts and components in the system, as detailed in the specifications. In any case, the minimal warranty period for the entire system shall be no less than 24 months. The reaction time per call shall be as detailed in the agreement. 1.7 The Rights of Maccabi Healthcare Services [M] Accepting the proposal [M] Maccabi does not undertake to accept the cheapest proposal, or any proposal, all at its exclusive discretion Negotiations [M] Maccabi reserves the right to hold negotiations, at its discretion, with the contending bidders whose proposals are found to be the most suitable, which passed all stages of professional elimination Canceling the Tender [M] a. The very publication of the Tender or receipt of proposals or their examination shall not constitute any obligation towards any Bidder, as long as Maccabi and the winning Bidder do not sign an agreement for the supply of the laboratory information management system, all as detailed in the Engagement Agreement (Appendix B). b. Maccabi shall be entitled, at any time, to cancel the Tender for any reason as it sees right, at its sole discretion, and Maccabi shall also be allowed but not required to publish a new Tender following such cancelation of the Tender. Page 18 of 53

19 c. A notice of the cancelation of the Tender shall be sent by to all buyers of the Tender. d. If Maccabi decides on the cancelation of the Tender, none of the buyers of the Tender Documents shall have any claim and/or demand and/or suit against Maccabi and/or anyone on its behalf. Page 19 of 53

20 1.8 The Bidder's Proposal [M] General structure [M] The proposal's structure shall have 1:1 correspondence with the Tender's structure. For example: Paragraph 2.1 of the proposal shall contain a response to Component 2.1 of the Technical Specifications Document, Paragraph 2.2 shall contain a response to Component 2.2 of the Technical Specifications Document etc. Next to a component for which there is no response, it will be stated "no response", and the following component shall maintain its original number in the Specifications. A proposal which is submitted not in the expected structure may be outright rejected! It is mandatory to answer all paragraphs, in accordance with the structure and the details within each paragraph! Structure of the proposal: details [M] The contents and structure of the response for each component (and subcomponent) shall comply with the component classification: I, G, M or S, as defined in Paragraph 1.4 above. The Bidder may add notes and/or clarifications next to the response. In case of a long response, it shall be attached as an appendix to the proposal. The appendix shall be marked with the number of the reference component. For example: The appendix "Section 4 P 2" shall expand on the matter of hardware infrastructure required for the system. It is highly important to attach long responses as appendices in order to simplify the contents of the proposal and allow for easier reading. Professional and advertising materials shall be attached as appendices to the relevant paragraph, and shall be marked as detailed in the above example Proposal components [M] The Bidder's proposal shall be submitted in the following manner: Phase A Response to Part 1 Administration Response to Part 2 Technical Specifications Document Page 20 of 53

21 Phase B Proposal Form Gap Analysis document and Statement Of Work (SOW) Number of proposals [M] A Bidder shall submit no more than two proposals (alternatives). Each alternative shall be submitted as a separate proposal and shall be discussed individually. This restriction includes integrated proposals with other bidders Proposal Summary (Executive Summary) [M] It is necessary to attach an Executive Summary. It is recommended that this summary shall not exceed 5 pages. 1.9 Ownership of the Tender Documents and proposal [M] Ownership of the Tender Documents and their use [M] The Tender Documents are Maccabi's intellectual property, which is transferred to the bidders for the purpose of submitting a proposal only. No use for any purpose other than preparing the proposal shall be made of them. All buyers of the Tender Documents are strictly forbidden to transfer them and/or a copy thereof to another Ownership of the proposal and its use [M] The Bidder's proposal (the response to the request for proposals) is the Bidder's property. Maccabi shall have the option of using the proposal and the information it contains for all purposes related to the Tender, until the completion of the engagement Right to review [M] According to the Tender Duty Law regulations, participants that did not win the Tender are allowed to request to review the winning proposal. The Bidder may state in advance (in its response to this paragraph), which paragraphs of its proposal are confidential and constitute a trade secret. However, the Tender Committee shall be permitted, at its discretion, to present to the bidders that did not win the Tender, any document which, in its professional evaluation, does not constitute a trade or professional secret, which is necessary in order to comply with the Tender Duty Law and the regulations under it. Page 21 of 53

22 1.10 Wholeness of the proposal and overall liability [M] The Bidder may submit a proposal in which parts of the services are supplied through sub-contractors, agents etc., as long as it strictly complies with the following conditions: In each and every component, it will be clear who the bidder, marketer and owners of that component are. In case there are multiple owners of a component, the part of each of the owners shall be stated. Under the Bidder's details, it is necessary to describe all the sub-suppliers, agents etc. involved, in accordance with the required attributes, and what the mutual relations are between the Bidder in charge and the sub-contractors. The parties acknowledge and agree that the submitted proposal is a whole and is proposed as one integrative and operative unit. The Bidder of the proposal shall be considered as the primary contractor and shall be responsible for all activities and products, including those of the subcontractors, agents or any third party integrated in the project. For the purpose of receiving service for components supplied by sub-contractors / agents, Maccabi shall be permitted to contact them directly or contact the primary contractor in the Tender Preconditions (Minimal Conditions) for Participating in the Tender [M] Only a Bidder that bought the Tender Documents from Maccabi holds a receipt / approval proving this, and meets itself (and not through its subcontractors) the following accumulative conditions shall be permitted to submit a proposal: a. Is a legally registered corporation. b. If the Bidder is a resident of the State of Israel shall produce confirmation stating that it performs bookkeeping as legally required, as well as confirmation under the Public Body Transactions Law (Enforcement of Bookkeeping), 1976, that it keeps accounts in accordance with the Income Tax Order and VAT Law. c. It owns the rights to the proposed system. d. It has the ability to supply Maccabi with the system itself, as well as to adjust it, perform developments in it, assimilate it, install it on all its components, provide training for its users.provide maintenance Page 22 of 53

23 services for the system and its components, whether by itself or through a subcontractor on its behalf. e. It has proven experience, and not through a sub-contractor, in the implementation, customization, assimilation, interfacing to operation systems of the client, and in providing maintenance services for the proposed system, during at least the last four (4) years ( ) in at least five (5) laboratories under different ownership, out of which at least one clinical laboratory in the last two (2) years ( ). f. Its income in the last two years ( ) according to generally accepted accounting principles, and as reflected in its financial statements, is equivalent to NIS 6 million per year at least. g. It attached an autonomous bank Guarantee in the format required in Section 1 Paragraph and Appendix F of the Tender Documents, or in a format that is not materially different from it. h. It has attached and signed as necessary the Letter of Declaration and Undertaking, Appendix D. i. It has attached and signed as necessary the Bidder Details Form, Appendix E. The Bidder's compliance with all of the above conditions constitutes a necessary minimum condition for the very submission of the proposal. The proposal of a Bidder that does not comply with all of the above conditions shall be disqualified! 1.12 Examining and Evaluating the Proposals [I] Evaluation of cost / quality [I] The criteria for selecting the winning proposal in the Tender shall be by way of weighing the components detailed below: Quality 50% Cost 50% All at the sole discretion of the Tender Committee, and in such a manner that the proposal providing Maccabi with the optimal advantages is selected. Page 23 of 53

24 Cost evaluation 50% [I] Evaluating the cost of the proposals shall be done by way of weighing the components as detailed below: 80% according to the total costs for 10 years, including the total costs of the project and its maintenance. The total cost of the project shall be calculated by summing up the Bidder's proposal for the supply of the system in accordance with the Proposal Form, together with the calculated cost for investment in infrastructure (according to the Bidder's demands and in accordance with the costs known to Maccabi). 15% according to the estimate of the total costs of development and maintenance for them, after the project goes live. The calculation shall be performed according to an estimate of 3,000 annual hours, in an average weighing of the cost price per hour of the various professionals as they appear in the Proposal Form. 5% according to the programmer cost estimate for a period of 7 years for the purpose of future developments at Maccabi's option. All costs shall be capitalized according to a rate of 3% per year. Page 24 of 53

25 Quality Estimate 50% [I] Below are the details of the criteria used for the purpose of evaluating quality: Description of quality criteria 1 Professional experience the professional experience and expertise of the Bidder's company in the customization, development, implementation and maintenance of laboratory information systems for the management of clinical laboratories. 2 Overall impression the strength, size and scope of activities of the company in the field of clinical laboratories, recommendations from direct clients, reputation of the professional and managerial staff, extent of response to the Tender. 3 Scope of installations of LISs scope and type of active installations of the specific system abroad and in Israel, in environments that are similar to Maccabi and in other environments. 4 The professional team for the project impression of the skills, experience and professional level of the professional team members proposed for the project in the various professions, and the practical knowledge in professions and in laboratory processes. 5 Technical support for the system managing a technical support hotline (including call center and remote support), manner and methods of support, recommendations from direct clients etc. Methodologies and controls impression from the methods and methodologies practiced by the Bidder in order to ensure quality control throughout all phases of project management, risk management, resource management, system / computer performance control and management. Total for Part 1 Weight for paragraph Evaluation of LIS software modern / up-todate technology, flexible modular architecture, 45 ability to process and manage the defined work volumes etc. 2 Creating system interfaces flexibility and abilities in construction and management of interfaces with other systems in Maccabi (and in 10 general), tools for data exporting and importing, transfer of interface completeness management and control tools, etc. 3 Workflow tools and rule engine built-in 15 Weight for criteria 15% Criteria Bidder's evaluation Minimum quality score 80 25% LIS software Page 25 of 53

26 Description of quality criteria integrated tools in the system, modern architecture, flexibility in definition, in managing and maintaining rules and business processes flexible connectivity with modules that are both internal and external to the system, etc. 4 User experience clear and intuitive user interface, support for Hebrew and multilingual support RTL / LTR display and writing direction, input of fields with mixed Hebrew / English / numerals / special characters and display of system notices in Hebrew. 5 System specialization and compatibility compliance with the required regulations and standards (professional and technical), system's ability to provide solutions to the defined disciplines and its functional compatibility with Maccabi's requirements. 6 Report generator a report and query generator, with Hebrew and multilingual support, built-in in the system, ease of operation on user level, flexible access to a built-in data glossary high level of connectivity to the system. Weight for paragraph Weight for criteria Criteria Total for Part Minimum quality score 80 1 Architecture modern technology, connectivity to devices and automation, system layers, data structure, configuration management, response times, survivability and availability. 2 Development tools advanced built-in design, integration and development tools in the system, for Maccabi's use, and intuitive use, including support and compatibility with manufacturer versions. 4 Hardware infrastructure examination of the infrastructure hardware and software equipment specifications, according to specifications and quantities from the software package manufacturer, including examination of the general level of survivability / redundancy of the system. 5 Software infrastructure operating system, database management systems, version management and update methods, work environment management for development, tests, training, manufacturing etc. 6 Information security compliance with generally accepted standards, management and compartmentalization of authorizations, server hardening, data encryption in storage and transfer, audit trail, single sign on, Active Directory % System technology Total for Part Minimum quality score 80 1 Project development methodology an organized, comprehensive methodology, % Page 26 of 53

27 Description of quality criteria compatible with quality standards, documentation levels, evaluation of the work method and ability to develop and assimilate in phases (without interruptions to ongoing work) 2 Data conversion impression of the solution proposed by the Bidder, level of solution complexity, data completeness, time required for execution including tests, required development volume and test plan. 3 Training, assimilation and guidance impression of the methods, scopes and manners of execution of training, assimilation and guidance by the team. 4 Level of general planning impression of the level of planning and controls proposed by the Bidder for all development and assimilation phases of the project. Weight for paragraph Weight for criteria Criteria Project realization Total for Part Minimum quality score 80 1 Professional impression impression of the professional abilities of the Bidder's team in preparing the solution including the preparation and implementation phases entailed in assimilating the required solution. 2 Development, planning and implementation impression of the manner of planning and integration of the solution into the software package, including realization of existing mechanisms, performance of required configuration and/or developments. 3 Professional impression of the solution examination of the manner of realization of the demands in the software package, the quality of the solution including all its components levels of compatibility and completeness of the solution in comparison to the demands etc. 4 The Bidder's approach impression of the Bidder's approach to providing the solution, the manner of its presentation to laboratory representatives and IT representatives, its willingness, seriousness, knowledge and professionalism % System capability presentation - POC Total for Part Minimum quality score 80 PHASE B 1 Solution contents estimate of the contents of coverage of the software package for the purpose of providing a full solution to the demands from the new system including evaluation of required developments. 2 Quality of Gap Analysis process manner of managing the process, examination of the proposed solutions including complexity / flexibility, implications of the required developments on the system architecture, % System-wide Gap Analysis Page 27 of 53

28 Description of quality criteria ongoing maintenance and future changes. 3 Know-how and professionalism impression of the general know-how and professional capabilities of the Bidder's team members designated for executing the Gap Analysis phase. 4 Statement of work and timetable (SOW) impression of the submitted detailed statement of work for the project including human resources allocated to the different phases and the applicability of timetables. Weight for paragraph 10 Weight for criteria Criteria Total for Part Minimum quality score The weighting process [I] a. The Tender Committee shall examine the quality of the service and the Bidder's ability, according to an overall evaluation of the Bidder, its expertise, resources, experience and capabilities to meet the requirements of the Tender, the level of service, reputation of the manufacturer and global experience, relying on the data it attaches to the proposal, on the basis of Maccabi's satisfaction from the execution of various past engagements with the Bidder, as well as on the basis of the examination of clients' recommendations from the Bidder's past engagements, as well as according to any other finding collected by the Tender Committee or by an inspection team it appoints, if any is appointed, as provided by Subparagraph e below. b. It is emphasized that the final weighted score shall only be given with respect to proposals meeting the minimum conditions Paragraph 1.11, and the mandatory requirements of the Technical Specifications Document (Appendix A). c. The Tender Committee shall be permitted to reject the proposal of a Bidder that does not comply with the minimum quality score for components included in the foregoing quality paragraphs, all according to the data it presented when presenting the proposal in Phase A, and/or which was collected during the examination of proposals examined by the Tender Committee, in the manner it decides on and according to its sole discretion. d. The Tender Committee shall be permitted to demand additional details and/or clarifications from the Bidder, at its discretion and in any manner as it sees right, to its full satisfaction, in order to examine the Bidder and its proposal as part of its considerations. Page 28 of 53

29 e. The Tender Committee shall be permitted to appoint a team on its behalf to examine the proposals and Bidders. The appointed team shall be permitted, but not required, to examine the Bidder as well as to request or to receive any information with respect to the Bidder and/or system and service it proposes. The Tender Committee shall be permitted to disqualify a proposal, if it believes that the Bidder did not cooperate with the Tender Committee or did not provide information as required. f. Maccabi shall be permitted not to select a proposal which significantly deviates upwards or downwards from the estimate of the value of the engagement, if the deviation is, in Maccabi's opinion, unreasonable. g. The Tender Committee shall be permitted (but not required) to select a second winner, third winner and so forth, in case the Engagement Agreement with the first winner, second winner and so forth is not realized for any reason, or is canceled by Maccabi within 3 (three) months of its commencement date. h. The Bidder is responsible for ensuring full compatibility between its declarations in the technical response and the manufacturer's declarations. In case of any contradiction, Maccabi shall refer to the manufacturer's data only, or shall disqualify the proposal, all at its sole discretion. i. The estimate shall be deposited in the Tender box at the Tender Committee's offices, by the deadline for submitting documents for Phase A of the Tender Jurisdiction [M] Sole and exclusive jurisdiction on all matters related to matters and issues in connection with this Tender, or any claim deriving from the process of conducting this Tender, shall be exclusively given to the competent court in Tel Aviv - Jaffa Prices [M] The prices in the proposal shall be stated in NIS / USD ($) / EUR ( ), excluding VAT. We acknowledge that as the basis for comparing the prices of the proposals, the representative USD ($) / EUR ( ) exchange rate as of the last date for submitting proposals to the Tender shall be used. Page 29 of 53

30 1.15 Confidentiality Classification of Tender Documents [M] This Tender (as well as the bidders' proposals and all other accessory materials related to the Tender) is classified as confidential. Upon the conclusion of the Tender, or receipt of an appropriate notice, all documents related to this Tender are to be returned to Maccabi Classification of the Project [M] The project is classified as confidential. The Bidder, the people it employs in this project and all information and documents related to the project shall be in accordance with this classification. Upon the conclusion of the project or conclusion of the Bidder's work in the project for any reason, the Bidder shall return to Maccabi all documents or other materials related to the project, including all copies and backups thereof, and shall erase the foregoing from all magnetic media in its possession Declaration of confidentiality [M] The Bidder shall ensure that all its employees and anyone working on the project on its behalf sign a declaration of confidentiality, unlimited by time, which shall be sent by Maccabi. Page 30 of 53

31 2. List of Documents to be submitted in Phase A [G] In phase A, the Bidder must submit the following documents: a. Certificate of Incorporation as well as an attorney's / CPA's confirmation that the corporation has been legally incorporated and is active, detailing the corporation's authorized signatories, and stating that their signatures, together with the corporation's stamp, binds the corporation for all intents and purposes. b. If the Bidder is a resident of the State of Israel it shall produce a confirmation stating that it performs bookkeeping as is legally required, as well as a confirmation under the Public Body Transactions Law (Enforcement of Bookkeeping), , proving it keeps accounting books in accordance with the Income Tax Order and VAT Law. if the Bidder is not a resident of the State of Israel, it shall produce a residency approval from the tax authorities in its country of origin, in order for it to receive an exemption / reduction for deduction of tax at source, in case payment of taxes applies. c. Accountant's approval of the scope of annual income as provided by Paragraph 1.11.f above. d. Up-to-date financial statements for the last two years, signed by an accountant. e. Draft of an insurance policy confirmation. f. The Bidder's Letter of Declaration and Undertaking, Appendix D. g. The Bidder's details form, Appendix E, fully filled and signed as required. h. Letter of bank Guarantee as provided by Paragraph above and Appendix F. i. Affidavit signed and approved by an attorney, Appendix G. j. The Administrative - Part 1 k. Technical Specifications Document a separate document containing the Bidder's response. Page 31 of 53

32 The Tender Committee shall be permitted, but not required, to allow a Bidder that did not produce with its proposal any document, approval, license, permit or any other paper as required by this Tender, to complete the production of the foregoing to Maccabi within a set period of time as it determines, as long as any such document, approval, license, permit or other paper are in effect and applicable as of the deadline set for by this Tender for submitting proposals. Page 32 of 53

33 3. List of Documents to be submitted in Phase B [G] In phase B, the Bidder shall submit the following documents: a. The Financial Proposal Form (Appendix C below) in a separate document. b. A Gap Analysis document. c. A Statement Of Work (SOW). Page 33 of 53

34 Appendices Page 34 of 53

35 Appendix A: Technical Specifications Document [M] Please see a separate document Page 35 of 53

36 Appendix B: Engagement Agreement [M] Please see a separate document Page 36 of 53

37 Appendix C: Financial Proposal (Cost and Resources) [M] Please see a separate document Page 37 of 53

38 Appendix D: Bidder's Letter of Declaration and Undertaking [M] To: Maccabi Healthcare Services 27 Hammered Street Tel Aviv Re: Bidder's Letter of Declaration and Undertaking The proposing corporation: Name of the proposed system / solution: Notes: We, the undersigned, authorized to sign and undertake on behalf of, hereby declare and undertake as follows: We read and understood all provisions of the Tender Documents, and agree to all their provisions and to all the conditions of the engagement, and accordingly we submit our proposal to the Tender and sign this Letter of Declaration and Undertaking. 1. We declare that we comply with all the minimum conditions and with the conditions of the specifications required in the Tender. 2. Our signature on this Letter of Declaration and Undertaking constitutes our obligation to execute the project in our proposal under the conditions detailed in all Tender conditions, all if we are declared the winners of the Tender, including signing the attached Engagement Agreement by the letter. 3. We acknowledge that Maccabi is not required to accept any submitted proposal for any reason. 4. We undertake to maintain the confidentiality of the data and information to which we shall be exposed directly or indirectly in the process of preparing the proposal and thereafter, including during the engagement period, if any, between Maccabi and us. 5. We undertake to keep our proposal and our undertakings in this Letter of Declaration and Undertaking in effect, and not to cancel, change, amend or retract them, until 12 (twelve) months elapse from the deadline set for submitting proposals in this Tender, and if we are declared the Tender winners throughout the period of the engagement under the agreement. Page 38 of 53

39 6. We understand and agree that by force of the Tender proceedings, it is possible that this proposal of ours shall be revealed to the other bidders in the Tender. We know that the basis for comparing the prices of proposals shall be the representative USD ($) / EUR ( ) exchange rate as of the deadline for submitting proposals to the Tender. In witness whereof we have signed: Page 39 of 53

40 Appendix E: Bidder's Details Form The Bidder is required to fill in the following details and sign at the bottom of the form. The Bidder may attach any complementary materials. In case some of the services included in the proposal are provided by subcontractors, it is necessary to fill in Paragraphs 1 4 separately for each subcontractor. 1. Bidder's details Name Company No. Legal status (form of incorporation) Active since: Address of headquarters: Representing the company since: Telephone No: Fax: Composition of ownership in the corporation: General description of the Bidder 3. Human resources A. Total number of Bidder's employees: B. Number of support personnel employed by the Bidder: Page 40 of 53

41 C. Names of support personnel employed by the Bidder, intended to work on the maintenance of the system, and their professional training: D. Fields of the company's activities including years of experience in each field: 4. Past experience, clients and recommendations: Number of years of experience the Bidder has in selling and providing maintenance services for medical information management systems. Total number of installations in Israel and globally. Please state the names of companies / organizations. 5. Below are the details of the largest clients which we regularly provided / are providing in with laboratory information management systems and all entailed services: Client's name: Contact's name: Position: Telephone No: Description of services provided: Period of provision of services: Client's recommendation: Client's name: Contact's name: Position: Page 41 of 53

42 Telephone No: Description of services provided: Period of provision of services: Client's recommendation: Client's name: Contact's name: Position: Telephone No: Description of services provided: Period of provision of services: Client's recommendation: We hereby declare all above details to be true. Date: Bidder's signature: Stamp: Page 42 of 53

43 Appendix F: Letter of Guarantee for the Proposal [M] To: Maccabi Healthcare Services 27 Hammered Street Tel Aviv Re: Letter of Guarantee No. At the request of (hereinafter: the "Applicant"), we hereby guarantee before you the payment of any sum up to NIS 750,000 (seven hundred and fifty thousand) which you shall demand from the Applicant, in connection with Public Tender with Preliminary Selection No. 102/2013, for the purchase of a laboratory management system (LIS / LIMS). We shall pay you the above sum within 10 (ten) days of the date of your first written demand, without you being required to explain your demand, and without making any claims against you or first demanding the payment of the said sum by the Applicant. This Guarantee shall remain in effect until, up to and including. A demand under this Guarantee must be sent to the bank branch the address of which is as follows: Branch number Name of bank Address of bank This Guarantee is non-transferrable. Date Full name Stamp and signature Page 43 of 53

44 Appendix G: Affidavit [M] A f f i d a v i t I, the undersigned,, ID No., after having been warned that I must state the truth and that I shall face the penalties set by law if I fail to do so, do hereby declare the following in writing: 1. This affidavit is given as an integral part of the proposal of (hereinafter: the "Company") to Public Tender with Preliminary Selection No. 102/2013 for the provision of a laboratory management system (LIS / LIMS). 2. I serve in the position of in the Company, and I am authorized to give this Affidavit in its name. 3. The Company owns the rights in the proposed system. 4. The Company is capable of providing Maccabi with the system, its warranty and its maintenance by itself and/or through a sub-contractor on its behalf. 5. The Company has proven experience, not through a sub-contractor, in the implementation, customization, assimilation, interfacing to client operation systems and provision of maintenance services for the proposed system of at least the last four (4) years ( ), in at least five (5) laboratories in the world, under different ownership, out of which at least the last two (2) years ( ) in clinical laboratories. 6. This is my name, this is my signature and the contents of my above affidavit are true. Approval Signature I hereby confirm, that on (date), appeared before me,, attorney-at-law, at my office, address:, Mr/Ms., who identified himself using ID card No., and that after I have warned him that he must state the truth and that he shall face the penalties set by law if he fails to do so he confirmed the correctness of his above affidavit and signed it before me. Signature and stamp Page 44 of 53

45 Appendix H: Guidelines for Demonstrations [M] The Bidder shall be invited to Maccabi to demonstrate the LIS / LIMS it proposes for assimilation, before selected representatives in Israel. Demonstrations of the items by the Bidder shall be performed at Maccabi over 5 full workdays. The items shall be demonstrated to Maccabi user representatives, IT representatives, management representatives and others. 1. Live demonstration in a working system, including primary laboratory work procedures (1 1.5 days) a. The demonstration shall represent core processes in the laboratories, See Business Processes Section II, chapter 6.2. b. Demonstration of a certain process in expert laboratories (such as pathology, genetics, tissue classification, cytogenetic, bacteriology). c. It is necessary to prepare in advance relevant test data and scenarios for these processes. d. Additional capabilities / processes in the system crucial to users' use. e. Demonstration of support capabilities in Hebrew including: mixed fields, general screens, table screens, queries, reports, sorting and filtering. 2. Live demonstration of proof of concept (POC) for the work process in the mycology laboratory see detailed document attached to the Tender Documents (1 day) a. On system user level b. On system administrator level c. On developer level 3. Live demonstration for system administrator (1 day) a. Ongoing definitions user, device, new test definition etc. b. Creation of forms / questionnaires / letters c. Maintenance / creation of new work processes and/or business rules d. Ongoing maintenance issues such as: adding a new device, container collection route etc. Page 45 of 53

46 e. Definition and management of interfaces to external systems 4. Description of system technology (1 day) a. System architecture & configuration overview b. Development tools c. Report generator d. Form / questionnaire generator e. Online query tools f. Workflow g. Business rules engine h. Management tools, dashboards (OLAP) i. Data security (audit trails, user authorizations etc.) j. Main system tables k. Distribution tools Page 46 of 53

47 Appendix I: System Requirements for POC [M] Please see a separate document Page 47 of 53

48 Appendix J: Manner of Using the Secure digital vaults [I] Secure Digital Vault Instructions of use Maccabi is using the Cyber Ark system as the secure digital vault for exchanging files. The following are the instruction of use. Note: Microsoft Internet Explorer 6.0 and higher is required. 1. Initial Access to Maccabi's Vault The URL for accessing Maccabi's Vault is: Once accessing, the following Sign In screen will be displayed (initial access): Enter the Username and Password that provided to you. Enter your own password, as required. Page 48 of 53

49 2. Access by you Own password Following the initial access phase, the following screen will be used for accessing Maccabi's Vault (for sending and receiving files). Enter the Username. Enter your own new Password. Page 49 of 53

50 3. Receiving files via the vault (downloading): Once entering the vault the following screen will be displayed: Select the "Toxxxx" file from the Worspaces block - the list of files to be downloaded will appear on the screen. Click on the marked icon for downloading the files. 4. Save received files Once the downloading is complete, the next screen will be displayed: Select the Save button for saving in your computer. Page 50 of 53

51 5. Sending Files via the Vault (Uploading): To send files to Maccabi please select the "Fromxxx" (from the Workspaces bloc). Click on the marked icon ("Upload") for uploading the files. The following screen will appear: Enter your folder path (or browse) to select the required files to be sent to Maccabi. Once selected, click the Upload button to complete the action. Page 51 of 53

52 The following screen will appear: Page 52 of 53

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

COMPETITIVE BID FOR 19-HRPPS/MB

COMPETITIVE BID FOR 19-HRPPS/MB COMPETITIVE BID FOR HR/PAYROLL SYSTEM WITH PAYROLL PROCESSING SERVICES 19-HRPPS/MB October 30, 2018 HEALTH CARE DISTRICT OF PALM BEACH COUNTY 1515 N. FLAGLER DRIVE, SUITE 101 PALM SPRINGS, FL 33401 1-1

More information

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) 21 June 2018 RFQ No. 11120 REQUEST FOR QUOTATION (RFQ) RFQ Description Award Period/ Duration Closing Date and Time Briefing Session Date and Time Site Inspection : COMMVAULT RENEWAL :12 Months :27 June

More information

1 August 2018 RFQ No11543 REQUEST FOR QUOTATION (RFQ)

1 August 2018 RFQ No11543 REQUEST FOR QUOTATION (RFQ) 1 August 2018 RFQ No11543 REQUEST FOR QUOTATION (RFQ) RFQ Description : Server Operating Systems Upgrade Closing Date and Time : 08 August 2018 Briefing Session Date and Time Site Inspection : N/A : N/A

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

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 Submission Time: Submission Location: 2:00 p.m. (local time) on December 22, 2010 Partnerships

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

QUESTIONS AND ANSWERS TENDER 02/17 TO SELECT A LABORATORY FOR TESTING SYNTHETIC GRASS

QUESTIONS AND ANSWERS TENDER 02/17 TO SELECT A LABORATORY FOR TESTING SYNTHETIC GRASS IMPORTANT CLARIFICATIONS: September 4, 2017 This questions and answers document constitutes an integral part of the tender documents. Therefore, it should be read carefully before submitting the candidacy

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

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) 1 June 2018 RFQ No. 10957 REQUEST FOR QUOTATION (RFQ) RFQ Description Closing Date and Time Briefing Session Date and Time Site Inspection : Shuttle and Transport Services for Sasria staff for the period

More information

Auditing of Swedish Enterprises and Organisations

Auditing of Swedish Enterprises and Organisations Auditing of Swedish Enterprises and Organisations March 1st 2018 version 2018:1 1 General Application 1.1 These General Terms govern the relationship between the auditor ( the Auditor ) and the client

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

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

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

22 August 2018 RFQ No:11864 REQUEST FOR QUOTATION (RFQ) : Cybersecurity Awareness Program - package upgrade

22 August 2018 RFQ No:11864 REQUEST FOR QUOTATION (RFQ) : Cybersecurity Awareness Program - package upgrade 22 August 2018 RFQ No:11864 REQUEST FOR QUOTATION (RFQ) RFQ Description Closing Date and Time Briefing Session Date and Time Site Inspection : Cybersecurity Awareness Program - package upgrade : 24 August

More information

Terms of Trade GENERAL SELLER S OBLIGATIONS. Terms of Trade web-parts.com, 7. March is owned by

Terms of Trade GENERAL SELLER S OBLIGATIONS. Terms of Trade web-parts.com, 7. March is owned by Terms of Trade www.web-parts.com is owned by Webparts A/S Engelsholmvej 26 DK-8940 Randers SV Tel: +45 8713 1700 E-mail: mail@web-parts.com VAT-no.: DK35527796 GENERAL www.web-parts.com (WP) is an internet-based

More information

TRADESHOW SERVICES AGREEMENT

TRADESHOW SERVICES AGREEMENT Appendix 5 TRADESHOW SERVICES AGREEMENT This TRADESHOW SERVICES AGREEMENT ( Agreement ), dated August ----, 2014. is by and between the Paris office of Japan External Trade Organization at 27, Rue de Berri

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

CUSTOMER SUPPORT SERVICES POLICIES FOR ONLINE SERVICES

CUSTOMER SUPPORT SERVICES POLICIES FOR ONLINE SERVICES FOR DASSASYSTEMES ONLINE CUSTOMER SUPPORT SERVICES POLICIES FOR ONLINE SERVICES 1. At a Glance These Support Policies describe the Support Services applicable to Online Services ordered by Customer pursuant

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

You are invited to submit a firm fixed price proposal, based on the delivery terms indicated in the list of items.

You are invited to submit a firm fixed price proposal, based on the delivery terms indicated in the list of items. NSPA Request for Proposal Closing date: 19 May 2017 Offer validity date: 31 December 2017 Dear Sir/Madam, The NATO Support and Procurement Agency has a requirement for the establishment of a contract against

More information

TITLE I GENERAL PROVISIONS. Article 1 Purpose

TITLE I GENERAL PROVISIONS. Article 1 Purpose ELECTRONIC PROCUREMENT RULES TITLE I GENERAL PROVISIONS These rules shall be applied to: Article 1 Purpose 1.1 electronic procurement in order to select contracting partner Supplying Party, for goods delivery,

More information

Service Description. Dell Agile Desktop Services. Introduction. Service Description. Service SKUs. Key Service Steps

Service Description. Dell Agile Desktop Services. Introduction. Service Description. Service SKUs. Key Service Steps Service Description Dell Agile Desktop Services Introduction Dell Agile Desktop Services (the Service or Services ) provide a flexible, time-based model for delivering IT project assistance using an appropriately

More information

General Terms of Purchase

General Terms of Purchase General Terms of Purchase 1. Scope Unless otherwise agreed upon with Valeo's Purchasing Department (the "Purchasing Department"), these General Terms of Purchase shall apply to all purchases made by Valeo

More information

Call for Quotations - for the Data Collection of surveys in relation to Pembroke Gardens & St. Paul s Bay Promenade

Call for Quotations - for the Data Collection of surveys in relation to Pembroke Gardens & St. Paul s Bay Promenade Call for Quotations - for the Data Collection of surveys in relation to Pembroke Gardens & St. Paul s Bay Promenade Closing deadline for bids Tuesday, 25th November 2014 at 10.00hrs Details related to

More information

MANDATORY TENDERS REGULATIONS (PREFERENCE FOR ISRAEL PRODUCTS AND MANDATORY BUSINESS COOPERATION)

MANDATORY TENDERS REGULATIONS (PREFERENCE FOR ISRAEL PRODUCTS AND MANDATORY BUSINESS COOPERATION) MANDATORY TENDERS REGULATIONS (PREFERENCE FOR ISRAEL PRODUCTS AND MANDATORY BUSINESS COOPERATION) 5755-1995 This Information is Courtesy of the ICA Industrial Cooperation Authority of the Ministry of Industry

More information

Special Education Sexual Health Education Training Fall 2017

Special Education Sexual Health Education Training Fall 2017 State of Vermont [phone] 802-479-1030 Agency of Education 219 North Main Street, Suite 402 [fax] 802-479-1835 Barre, VT 05641 education.vermont.gov Standard Bid Request for Proposals for: Special Education

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) 38 Liberty Street Concord, New Hampshire 03301 REQUEST FOR PROPOSAL (RFP) Bathroom Renovations 2016 Rundlett Middle School Concord School District The Concord School District is looking for a contractor

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

Tender specifications for advertising Satellite image analyses for agricultural control 2018

Tender specifications for advertising Satellite image analyses for agricultural control 2018 Tender specifications for advertising of Satellite image analyses for agricultural control 2018 1 February 2018 1 1.1 Introduction... 3 1.2 The contracting authority... 3 1.3 Description of the project...

More information

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders An evaluation of the Irish Remote Interpreting Service (IRIS) 2018. Request for Tenders The latest date for receipt of tenders is Thursday 30 th August 2018 at 4 pm July 2018 Sign Language Interpreting

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

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

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR CSIR TENDER DOCUMENTATION Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR RFP No. 3127/21/07/2017 Date of Issue Friday,

More information

Israel Railways Ltd. Procurement & Contracting Division

Israel Railways Ltd. Procurement & Contracting Division Israel Railways Ltd. Procurement & Contracting Division Request for Information ( RFI ) Technical training courses regarding rolling stock maintenance staff 1. Introduction Israel Railways Ltd. ("ISR")

More information

Pos Service Holland (SA) Pty Limited

Pos Service Holland (SA) Pty Limited 1. Definitions 1.1 In these general conditions it is understood under: Supplier: Customer: Pos Service Holland (SA) Pty Ltd T/A PSH-SA Every natural or legal person with whom supplier negotiates concerning

More information

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers 20 th July 2017 Dear Sir / Madam, Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers Contract Title: Replacement of existing concrete refuse chute to : (see

More information

RFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd

RFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd Document Control Sheet Name of the Organisation StockHolding Document Management Services Ltd RFP Reference No. SDMS/IT/08/01 Date of issue of RFP Document 26 th August 2016 Pre-bid Meeting 2 th September

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

Dell Service Description

Dell Service Description Dell Service Description Virtual Desktop Infrastructure Blueprint Fit Assessment Introduction Dell is pleased to provide the customer ( Customer or you ) with Virtual Desktop Infrastructure ( VDI ) Blueprint

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

Terms and Conditions of Business

Terms and Conditions of Business Terms and Conditions of Business Valid from 1 April 2015 Terms and Conditions of Business for Placement of Advertising Messages and Other Advertising Elements on Internet Servers Operated by Seznam.cz,

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

Channel Partner Agreement (USA)

Channel Partner Agreement (USA) Channel Partner Agreement (USA) This Agreement is entered by and between EVOHOP, INC. with its principal office at 1700 Hamner Ave. Suite 204, Norco CA 92860 (hereinafter referred to as EVOHOP ), and EVOHOP

More information

JUHTA The Advisory Committee on Information Management in Public Administration

JUHTA The Advisory Committee on Information Management in Public Administration JHS 166 Terms and Conditions of Public IT Procurement Annex 8. Special Terms and Conditions for Services Delivered via a Data Network (JIT 2015 Services via Network) Version: 2.2 Published: 19 September

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

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

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall,

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall, PAAC/City CONSIGNMENT AGREEMENT for ARTWORK This Consignment Agreement (the Agreement ) is made this date: * by and between * (the Consignor ), The City of Twentynine Palms (the City ), to provide the

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

NHS ROTHERHAM PROCUREMENT SCHEME

NHS ROTHERHAM PROCUREMENT SCHEME NHS ROTHERHAM PROCUREMENT SCHEME Pre-Qualification Questionnaire (PQQ) Volume 1 Instructions and guidance for completion Version 2 March 2010 1 Table of Contents 1 PURPOSE AND ORGANISATION OF THIS DOCUMENT...

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

International Bar Association skyscraper advertising 2009

International Bar Association skyscraper advertising 2009 International Bar Association skyscraper advertising 2009 Skyscraper advert statistics The International Bar Association s (IBA) website is a chief point reference for the legal practitioners the world

More information

(2) I. SCOPE OF TENDER

(2) I. SCOPE OF TENDER (1) TENDER NOTICE Contract title: Consultancy Architectural / Engineering Consultant for Onsite Planning in Urban Poor Settlements in Phnom Penh, Cambodia for the Human Rights Based Spatial Planning II

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB 1.1 BACKGROUND 1. The original funding provided by the Government to operate

More information

1. The Promoter is: Fever PR on behalf of NOW TV of 10 Great Pulteney Street, London, W1F 9NB.

1. The Promoter is: Fever PR on behalf of NOW TV of 10 Great Pulteney Street, London, W1F 9NB. The Promoter 1. The Promoter is: Fever PR on behalf of NOW TV of 10 Great Pulteney Street, London, W1F 9NB. The Prize 2. There is one chance to win the main prize. 3. The winner will receive a cash prize

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

Prequalification Questionnaire. for. Property Related Professional Services. PROC/2013/80/CT/Professional Services EU RESTRICTED PROCEDURE

Prequalification Questionnaire. for. Property Related Professional Services. PROC/2013/80/CT/Professional Services EU RESTRICTED PROCEDURE Section A Prequalification Questionnaire for Property Related Professional Services PROC/2013/80/CT/Professional Services EU RESTRICTED PROCEDURE CONTENTS Section A Section B Section C Appendix 1 Appendix

More information

Instructions to Tender for Open Invitation to Tender -

Instructions to Tender for Open Invitation to Tender - 21 December 2011 31 December 2011 EBA/2011/015/OPS/SER/OP Instructions to Tender for Open Invitation to Tender - Procurement Procedure for the Supply of Website Services to the European Banking Authority

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

Biometric Integrated Mortise Door Lock (25 Nos.)

Biometric Integrated Mortise Door Lock (25 Nos.) INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from original manufacturers / agents of the manufacturer /

More information

Terms for Support and Maintenance

Terms for Support and Maintenance Terms for Support and Maintenance 1. Definitions Agreement The Order Form, these Support Terms, any other terms or schedules attached hereto and any additional order(s) made in writing by the Customer

More information

INVITATION TO TENDER for Consulting Services

INVITATION TO TENDER for Consulting Services Invitation to Tender Challenge Prize Centre (Better Markets) INVITATION TO TENDER for Consulting Services Challenge Prize Centre (Better Markets) Deadline for submissions: 17.00 GMT, Friday 9 th February

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

HP DesignJet Cash In & Trade Up April 2016 promotion

HP DesignJet Cash In & Trade Up April 2016 promotion HP DesignJet Cash In & Trade Up April 2016 promotion Terms and conditions A. HP DesignJet Cash In & Trade Up April 2016 program structure Within the framework of the HP DesignJet Cash In & Trade Up April

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

Underground and On ground Bicycle Parking Systems

Underground and On ground Bicycle Parking Systems Request for Information (RFI) Underground and On ground Bicycle Parking Systems July 2017 1 Israel Railways Ltd. Procurement & Contracting Division 1. Introduction Request for Information ( RFI ) Underground

More information

DATA SHARING AGREEMENT

DATA SHARING AGREEMENT DATA SHARING AGREEMENT Effective Date: This Data Sharing Agreement ( Agreement ) is effective as of the Effective Date between EMD Serono, One Technology Place, Rockland, MA 02370 and Name ( Institution

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

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

Master Services Attachment for ServiceElite

Master Services Attachment for ServiceElite Master Services Attachment for ServiceElite 1. Scope of Services IBM will provide you Services as described in this Attachment and, if applicable, its Statements of Work and Change Authorizations to support

More information

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS INVITATION TO TENDER FOR THE APPOINTMENT OF A PR AGENCY ON A PROJECT BASIS TO BRAND, POSITION AND PUBLICISE THE ASIA PACIFIC BREWERIES FOUNDATION SIGNATURE ART PRIZE 2014 FOR

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

City of Coquitlam. Request for Proposals RFP No IBM Maximo Licensing and Services

City of Coquitlam. Request for Proposals RFP No IBM Maximo Licensing and Services Request for Proposals RFP No. 18-06-05 IBM Maximo Licensing and Services Issue Date: August 24, 2018 RFP 18-06-05 IBM Maximo Licensing and Services Table of Contents Page SUMMARY OF KEY INFORMATION...

More information

AGILENT SPECIFICATIONS INFORMATICS SOFTWARE SUPPORT AND SERVICES SILVER-LEVEL

AGILENT SPECIFICATIONS INFORMATICS SOFTWARE SUPPORT AND SERVICES SILVER-LEVEL AGILENT SPECIFICATIONS INFORMATICS SOFTWARE SUPPORT AND SERVICES SILVER-LEVEL The following terms set forth the specifications under which Agilent will provide support and services to customers who are

More information

08 NOVEMBER PURPOSE

08 NOVEMBER PURPOSE TERMS OF REFERENCE 08 NOVEMBER 2017 THE SOUTH AFRICAN HERITAGE RESOURCES AGENCY (SAHRA) INVITES SUITABLY QUALIFIED AND EXPERIENCED SERVICE PROVIDERS TO SUBMIT PROPOSALS FOR THE HOSTING, SUPPORT AND MAINTENANCE

More information

COUNCIL OF EUROPE DEVELOPMENT BANK CONTRACT NOTICE --- COMPETITIVE DIALOGUE N CEB /ITP/P/2016/01 FOR THE PROVISION OF AN ENTERPRISE SERVICE BUS

COUNCIL OF EUROPE DEVELOPMENT BANK CONTRACT NOTICE --- COMPETITIVE DIALOGUE N CEB /ITP/P/2016/01 FOR THE PROVISION OF AN ENTERPRISE SERVICE BUS COUNCIL OF EUROPE DEVELOPMENT BANK CONTRACT NOTICE --- COMPETITIVE DIALOGUE N CEB /ITP/P/2016/01 FOR THE PROVISION OF AN ENTERPRISE SERVICE BUS Deadline for submissions: Friday 04 March 2016, Noon 55,

More information

Request for Quotations Airport Secure Access System

Request for Quotations Airport Secure Access System - Request for Quotations 2015-39 Airport Secure Access System The City of Dawson Creek requests written quotes for the supply and installation of a new secure key/card/fob access control system at the

More information

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS DEPARTMENT OF TRANSPORTATION Transportation Commission and Office of Transportation Safety REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION

More information

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

MG ALBA PROCUREMENT POLICY AND SCHEME OF TENDERING

MG ALBA PROCUREMENT POLICY AND SCHEME OF TENDERING MG ALBA PROCUREMENT POLICY AND SCHEME OF TENDERING 1 PROCUREMENT POLICY 1 Purpose and Compliance 1.1 The purpose of this Procurement Policy and Scheme of Tendering is to set clear rules for the procurement

More information

PCO for World Water Week in Stockholm

PCO for World Water Week in Stockholm January 11, 2018 INVITATION TO PARTICIPATE PCO for World Water Week in Stockholm 2019-2021 STOCKHOLM INTERNATIONAL WATER INSTITUTE Box 101 87 SE-100 55, Stockholm, Sweden Visiting Address: Linnégatan 87A

More information

GENERAL RULES GOVERNING TENDERING

GENERAL RULES GOVERNING TENDERING GENERAL RULES GOVERNING TENDERING Version 1.13 dated 26 th August 2015 1. Law 1.1 By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese Law, and are deemed to

More information

EMAS UNIT CONDITIONS FOR SUBMITTING A TENDER

EMAS UNIT CONDITIONS FOR SUBMITTING A TENDER EMAS UNIT CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER Open procedure Operation of Green Public Procurement Helpdesk Inter-institutional procedure EMAS-2016-003 1. GENERAL TERMS AND CONDITIONS

More information

REQUEST FOR PROPOSAL. For Technical Contractor CanGym Revitalization City Park Drive, Suite 120 Ottawa, ON K1J 1A3

REQUEST FOR PROPOSAL. For Technical Contractor CanGym Revitalization City Park Drive, Suite 120 Ottawa, ON K1J 1A3 REQUEST FOR PROPOSAL For Technical Contractor CanGym Revitalization 1900 City Park Drive, Suite 120 Ottawa, ON K1J 1A3 Request for Proposal For Technical Contractor CanGym Revitalization Gymnastics Canada

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

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

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

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO APPLICANTS

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO APPLICANTS BALLYMUN REGENERATION LTD. INSTRUCTIONS TO APPLICANTS EXPRESSION OF INTEREST FOR FRAMEWORK AGREEMENT FOR THE PROVISION OF LANDSCAPE ARCHITECTURAL SERVICES Issue Date: 27-07-07 Instructions to Applicants

More information

GENERAL TERMS AND CONDITIONS OF SERVICE CONTRACTS OF DRUKARNIA ELLERT SP. Z O.O. (hereinafter: the Printing House) 1 Definitions

GENERAL TERMS AND CONDITIONS OF SERVICE CONTRACTS OF DRUKARNIA ELLERT SP. Z O.O. (hereinafter: the Printing House) 1 Definitions GENERAL TERMS AND CONDITIONS OF SERVICE CONTRACTS (hereinafter: GTC) OF DRUKARNIA ELLERT SP. Z O.O. (hereinafter: the Printing House) 1 Definitions Contract a contract whereby the Customer orders the production

More information

DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL. Tender Number: SACU/014/2018/O

DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL. Tender Number: SACU/014/2018/O DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL Tender Number: SACU/014/2018/O Closing Date: 17h00 Namibian time on 05 March 2018 Delivery Address: Attention:

More information

Entry means the photo submitted adhering to all requirements as set out in clause 6.10;

Entry means the photo submitted adhering to all requirements as set out in clause 6.10; Virgin Holidays #PackMoreMojo Competition terms and conditions By entering the Competition, Entrants agree to be bound by these Terms & Conditions. Please read these Terms and Conditions carefully prior

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

LIGNO-CELLULOSIC BIOMASS TO ETHANOL

LIGNO-CELLULOSIC BIOMASS TO ETHANOL MANGALORE REFINERY & PETROCHEMICALS LIMITED MANGALORE, KARNATAKA (INDIA) (EOI. No. MRPL/2016/Projects/EOI/01) EXPRESSION OF INTEREST FOR TECHNOLOGY PROVIDERS / LICENSORS FOR SETTING UP AND OPERATION &

More information

Public Procurement Guidelines for LEADER Funding Applicants

Public Procurement Guidelines for LEADER Funding Applicants Public Procurement Guidelines for LEADER Funding Applicants Disclaimer: This Guidance Note is issued without liability and is for general information purposes only. County Wicklow Partnership accept no

More information