THE REPUBLIC OF KENYA. Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation

Size: px
Start display at page:

Download "THE REPUBLIC OF KENYA. Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation"

Transcription

1 THE REPUBLIC OF KENYA Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation Interconnection of Electric Grids of Nile Equatorial Lakes Countries Kenya-Uganda Power Interconnection Project (Lessos Tororo, Kenya s Part) Procurement of: LOT A: Transmission Line for the Kenya-Uganda Power Interconnection (Lessos Uganda Border) Issued on: 28th June 2012 ICB No: KETRACO/PT/007/2012 Employer: Kenya Electricity Transmission Co. Ltd. Country: Kenya

2 Bidding Document Table of Contents Invitation for Bids PART 1 BIDDING PROCEDURES Section I. Section II. Section III. Section IV. Section V. Instructions to Bidders (ITB) Bid Data Sheet (BDS) Evaluation and Qualification Criteria Bidding Forms Letter of Bid Schedule of Prices Bid Security Manufacturer s Authorization Technical Proposal Bidder s Qualification Eligible Countries PART 2 EMPLOYER S REQUIREMENTS Section VI. Requirements GTS-1 General Description of the Project and Extent of Works GTS-2 General Information GTS-3 General Technical Requirements GTS-4 Quality Assurance Management Requirements TS-1 Scope of Supply TS-2 Site and Erection Works TS-3 Drawings TS-4 Annexes (Survey Report, Geotechnical Investigations Report, Environmental and Social Management Plan) Forms and Procedures Annex 8 Schedule of Rates and Prices Annex 9 Schedule of Guaranteed Characteristics Section VI. Requirements Applicable to 400kV OHTL TS-1 TS-2 TS-3 Annex 8 Annex 9 Scope of Supply (400kV Line) Site and Erection Works (400kV Line) Drawings (400kV Line) Schedule of Rates and Prices (400kV Line) Schedule of Guaranteed Characteristics (400kV Line)

3 PART 3 CONDITIONS OF CONTRACT AND CONTRACT FORMS Section VII. General Conditions (GC) Section VIII. Particular Conditions (PC) Section IX. Contract Forms Letter of Acceptance Contract Agreement Performance Security Advance Payment Security

4 Preface This Bidding Document for Procurement of Plant Design, Supply, and Installation has been prepared by Kenya Electricity Transmission Co. Ltd. (KETRACO) and is based on the Standard Bidding Document for Procurement of Plant Design, Supply, and Installation issued by the African Development Bank, dated September The Standard Bidding Document for Procurement of Plant Design, Supply, and Installation reflects the structure and the provisions of the Master Document for the Procurement of Plant Design, Supply, and Installation, prepared by Multilateral Development Banks and International Financing Institutions, except where specific considerations within the African Development Bank have required a change.

5 PART 1 Bidding Procedures

6 Section II Bid Data Sheet (Revision 1)

7 Tender Documents Lot A: Transmission Line for Kenya-Uganda Power Interconnection (Lessos - Uganda Border) Section II. Bid Data Sheet 1-ii

8 Section II. Bid Data Sheet A. General ITB 1.1 ITB 1.1 ITB 1.1 ITB 2.1 ITB 2.1 ITB 2.1 ITB 4.1 (a) The number of the Invitation for Bids is : KETRACO/PT/007/2012 The Employer is: KETRACO (Kenya Electricity Transmission Company Limited) The name of the bidding process is: ICB (International Competitive Bidding), Option A Single Stage Bidding (without prequalification) The identification number of the bidding process is: ICB No.: KETRACO/PT/007/2012 The number and identification of lots comprising this bidding process is: Lot A: Transmission Line for Kenya-Uganda Power Interconnection (Lessos Uganda Border) The Borrower is: Government of Kenya The specific Bank financing institution is: African Development Fund (ADF) The name of the Project is: Kenya-Uganda Power Interconnection Project (Lessos Tororo, Kenya s Part) The individuals or firms in a joint venture, consortium or association shall be jointly and severally liable. Section II. Bid Data Sheet 1-1

9 Tender Documents Lot A: Transmission Line for Kenya-Uganda Power Interconnection (Lessos - Uganda Border) B. Contents of Bidding Document ITB 7.1 ITB 7.4 For clarification purposes only, the Employer s address is: Attention: Eng. John M. Mativo Street Address: Chyulu Road, Upper Hill, P. O. Box Floor/Room number: Capitol Hill Square, 2 nd Floor City: Nairobi ZIP Code: Country: KENYA Telephone: Facsimile number: address: jmativo@ketraco.co.ke pmungai@kplc.co.ke samir.chalfoun@aecom.com Requests for clarifications must be received by the Purchaser no later than twenty (28) days, prior to the deadline for submission of Bids. Copies of the Employer s response (including Bidder s enquiry, but without identifying its source) will be sent to all prospective Bidders that have received the Bidding Documents. Beyond this, the attention is drawn to the Contractor s obligations in accordance with the General Conditions of Contract, to fully inform himself. Employer or the Employer s Representative shall not be responsible for any errors or wrong interpretation of the Bidding Documents resulting from a failure of the Bidder to request such explanation to fully inform himself. A Pre-Bid meeting shall take place at the following date, time and place: Date: Thursday 19 th July 2012 Time: 10:00 hrs a.m., local time Place: KETRACO Head Office, Capitol Hill Square, 2 nd Floor, Chyulu Road, Upper Hill, Nairobi, Kenya A site visit conducted by the Employer shall be organized. The Site Visit will take place at the following date, time and place: Date: Friday 20th July 2012 Time: 9:00 hrs a.m., local time Place: Lessos Substation Section II. Bid Data Sheet 1-2

10 Tender Documents Lot A: Transmission Line for Kenya-Uganda Power Interconnection (Lessos - Uganda Border) C. Preparation of Bids ITB 10.1 ITB 11.1 (h) ITB 11.1 (j) ITB 13.1 ITB 13.2 ITB 13.4 ITB 14.2 ITB 14.3 ITB 14.5(a) ITB 15.1 The language of the bid is: English The Bidder must provide the following Documentary Evidence to establish the conformity of the Plant and Installation Services with the Bidding Document: 1. Documentary evidence established in accordance with ITB 11.1, 16 & 17 that the Plant and Installation Services offered by the Bidder conform to the Bidding Document. 2. Method Statement, with work methods in sufficient detail to demonstrate their technical capability to meet the Employers s. 3. Technical Schedules (fully completed schedules with all required data properly filled in) 4. List of deviations, attached even in case of no deviations and signed 5. Recommended spare parts and special tools The Bidder shall submit with its bid the following additional documents: N/A Primary bid shall be submitted for 400kV overhead transmission line, Lessos to Uganda border. A Bidder that submits a 400kV bid only will be responsive. An alternative bid can be submitted for 220kV overhead transmission line, Lessos to Uganda border, together with the primary bid. A Bidder that submits a bid for the 220kV alternative must submit both options to be responsive. Alternatives to the Time Schedule shall not be permitted. The specified Time Schedule shall apply to either one of the voltage levels. Alternative technical solutions shall be permitted for the following parts of the Plant and Installation Services, as further detailed in the Specification: None (other than the specified 220kV alternative). Prices shall be fixed. Bidders shall quote for the entire Plant and Installation Services on a single responsibility basis. The Named place of destination shall be: the Project Site, that is the overhead transmission line, Lessos to Uganda border The currency(ies) of the bid and the payment currency(ies) shall be as described below: (a) The unit rates and prices shall be quoted by the Bidder in the Schedules separately in the following currencies: (i) for those inputs to the Requirements that the Bidder expects to supply from within the Employer s country, in Kenyan Shilling (KES), further referred to as the local currency ; and (ii) for those inputs to the Requirements that the Bidder expects to supply from outside the Employer s country (referred to as the foreign currency s ), in up to any three currencies Section II. Bid Data Sheet 1-3

11 Tender Documents Lot A: Transmission Line for Kenya-Uganda Power Interconnection (Lessos - Uganda Border) ITB 16.2 ITB 16.3 ITB 18.1 (b) of any country. Bidders may be required by the Employer to justify, to the Employer s satisfaction, their local and foreign currency s, and to substantiate that the amounts included in the unit rates and prices and shown in the Schedules furnished in Section IV, Bidding Forms, are reasonable, in which case a detailed breakdown of the foreign currency s shall be provided by Bidders. The Bidder shall submit with its bid, the Manufacturer s Authorization for the following part or component: All elements of the plant offered by the Bidder, that the Bidder does not manufacture or produce. The Bidder shall not submit with its bid, evidence that it will be represented by an Agent in the country. The bid validity period shall be: one hundred twenty (120) days. ITB 19.1 The Bidder shall furnish a bid security, in the amount of USD 400, or its equivalent in a freely convertible currency. ITB 20.1 ITB 20.2 In addition to the original of the Bid, the number of copies is: Three (3) printed copies clearly labelled, Copy No. 1, 2, 3; and three (3) soft copies. The ORIGINAL printed hard copy shall still remain the main document. Soft copies shall be submitted at the bidder s risk as to their completeness and accuracy. The soft copies provided on CDs (or DVDs) shall be structured strictly as per ITB Each Volume shall be presented in a separate folder. Each Section shall be provided as single PDF files (converted, not scanned copies of the files) named as per ITB Price sheets shall be provided as editable Excel 2007 or 2010 files additionally. The written confirmation of authorization to sign on behalf of the Bidder shall indicate: (a) The name and description of the documentation required to demonstrate the authority of the signatory to sign the Bid, such as a Power/ Letter of Attorney; and (b) In the case of Bids submitted by an existing or intended JVCA an undertaking signed by all parties (i) stating that all parties shall be jointly and severally liable, if so required in accordance with ITB 4.1(a), and (ii) nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JVCA during the bidding process and, in the event the JVCA is awarded the Contract, during contract execution. Section II. Bid Data Sheet 1-4

12 Tender Documents Lot A: Transmission Line for Kenya-Uganda Power Interconnection (Lessos - Uganda Border) ITB 21.1 ITB 21.1 (b) D. Submission and Opening of Bids Bidders shall not have the option of submitting their bids electronically. The electronic bidding submission procedures shall be: Not applicable ITB 22.1 For bid submission purposes only, the Employer s address is : Attention: Head of Supply Chain Management Street Address: Chyulu Road, Upper Hill, P. O. Box Floor/Room number: Capitol Hill Square, 2 nd Floor City: Nairobi ZIP Code: Country: KENYA Telephone: Facsimile number: address: pnjehia@ketraco.co.ke The deadline for bid submission is: Date: Friday 28 September 2012 Time: 10:00 hrs a.m., local time ITB 25.1 The bid opening shall take place at: Street Address: Chyulu Road, Upper Hill Floor/Room number: Capitol Hill Square, 2 nd Floor City: Nairobi Country: KENYA ITB 25.1 ITB 31.2 Date: Friday 28 September 2012 Time: 10:00 hrs a.m., local time The electronic bid opening procedures shall be: Not applicable F. Bid Evaluation and Comparison A margin of domestic or regional preference shall not apply. Section II. Bid Data Sheet 1-5

13

14 Section III Evaluation and Qualification Criteria (Revision 1)

15 Section III. Evaluation and Qualification Criteria This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In accordance with ITB 28 and ITB 32, no other factors, methods or criteria shall be used. The Bidder shall provide all the information requested in the forms included in Section IV, Bidding Forms. 1. Evaluation Criteria and Methodology 1.1 Alternative Proposal (If permitted in accordance with ITB 13.1) Primary Bid: Alternative Bid: Technical Alternative: Alternative Time for Completion: 400kV Overhead Transmission Line 220kV Overhead Transmission Line Not permitted (other than the specified alternative at 220kV) Not permitted 1.2 Correction of Arithmetical Errors (In accordance with ITB 29.1) (a) (b) (c) (d) Where there are errors between the total of the amounts given under the column for the price breakdown and the amount given under the Total Price, the former shall prevail and the latter will be corrected accordingly If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected; If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above. 1.3 Conversion to a Single Currency (In accordance with ITB 30) The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: US Dollar (USD) The source of exchange rate shall be: the web site The date for the exchange rate shall be: date of bid submission deadline 1.4 Discounts (In accordance with ITB 14.1) The Employer will adjust the Bid Price, using the methodology prescribed by the Bidder in its Letter of Bid, to take account of the Discounts offered by the Bidder in its Letter of Bid, as read out at the Bid Opening. Section III. Evaluation and Qualification Criteria 1-2

16 1.5 Quantifiable Nonmaterial Nonconformities (In accordance with ITB 28.8) The adjustment shall be made using the following methodology: Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern, and the unit rate will be corrected. 1.6 Margin of Domestic or Regional Preference (If permitted in accordance with ITB 31.2) Not applicable 1.7 Criteria and Methodology for Bid Evaluation and Adjustments The following factors and methods will apply: (a) Time Schedule: Time to complete the Plant and Installation Services from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of pre-commissioning activities is: eighteen (18) months. No credit will be given for earlier completion. The completion time specified shall be for the entire Plant and Installation Services. (b) Operating and Maintenance Costs [Since the operating and maintenance costs of the facilities being procured form a major part of the life cycle Costs of the facilities, these costs will be evaluated according to the principles given hereafter, including the cost of spare parts for the initial period of operation stated below and based on prices furnished by each Bidder in Price Schedule Nos. 1 and 2, as well as on past experience of the Employer or other Employers similarly placed. Such costs shall be added to the bid price, for evaluation.] The operating and maintenance costs over the life cycle of the facilities will not be estimated for the purpose of bid evaluation. Similarly, the cost of recommended spare parts for the initial period of operation will not be taken into account during bid evaluation. Section III. Evaluation and Qualification Criteria 1-3

17 (c) Functional Guarantees of the Facilities There are no Functional Guarantees stated in the Specification for the Facilities as a whole, and consequently no adjustment to the Bid price will be made under this provision. Plant and equipment shall have minimum (or maximum as the case may be) level of technical guarantees, as specified in the Schedules of Guaranteed Characteristics, to be considered as responsive. (d) Work, services, facilities, etc., to be provided by the Employer Where bids include the undertaking of work or the provision of services or facilities by the Employer in excess of the provisions allowed for in the bidding document, the Employer shall assess the costs of such additional work, services and/or facilities for the duration of the contract. Such costs shall be added to the bid price for evaluation. (e) Specific additional criteria In case a Bidder excludes in his offer equipment which is specified in the scope of supply of the Bidding Documents, for the purpose of tender evaluation, the highest of the corresponding prices of the other Bidders will be added to the Total Bid Price of the respective Bidder. In case no such price is available from the other Bidders, the corresponding price will be estimated. Any adjustments in price that result from the above procedures shall be added, for purposes of comparative evaluation only, to arrive at an Evaluated Bid Price. Bid prices quoted by bidders shall remain unaltered. (f) Alternative Technical Solutions Technical Alternatives, if invited in accordance with ITB 13.4, will be evaluated as follows: not applicable. Section III. Evaluation and Qualification Criteria 1-4

18 2 Qualification (Without Prequalification) 2.1 Eligibility (TABLE) 2.2 Historical Contract Non-Performance (TABLE) 2.3 Financial Situation (TABLE) 2.4 Experience (TABLE) 2.5 Personnel (TABLE) 2.6 Equipment (TABLE) 2.7 Subcontractors (TABLE) Section III. Evaluation and Qualification Criteria 1-5

19 2. Qualification Tables Factor Sub-Factor Requirement Nationality Nationality in accordance with ITB Conflict of Interest Bank Ineligibility Government Owned Entity Ineligibility based on a United Nations resolution or Borrower s country law No- conflicts of interests as described in ITB 4.3. Not having been declared ineligible by the Bank as described in ITB 4.4. Criteria Single Entity Compliance with conditions of ITB 4.5 Not having been excluded as a result of the Borrower s country laws or official regulations, or by an act of compliance with UN Security Council resolution, in accordance with ITB Eligibility Bidder Joint Venture, Consortium or Association All partners combined Existing or intended JVCA must meet Existing or intended JVCA must meet Existing JVCA must meet Existing JVCA must meet Each partner At least one partner N / A N / A N / A N / A N / A Documentation Required Form ELI 1.1 and 1.2, with attachments Letter of Bid Letter of Bid Form ELI 1.1 and 1.2, with attachments Letter of Bid Section III. Evaluation and Qualification Criteria 1-6

20 Factor Sub-Factor History of nonperforming contracts Failure to Sign Contract Pending Litigation Requirement Non-performance of a contract did not occur within the last five (5) years prior to the deadline for bid submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted. Not being under execution of a Bid- Securing Declaration pursuant to ITB 4.6 for five (5) years All pending litigation shall in total not represent more than ten percent (10 %) of the Bidder s net worth and shall be treated as resolved against the Bidder. 2.2 Historical Contract Non-Performance Criteria Single Entity by itself or as partner to past or existing JVCA by itself or as partner to past or existing JVCA Bidder Joint Venture, Consortium or Association All partners combined N / A N / A N / A Each partner by itself or as partner to past or existing JVCA by itself or as part of a JVCA by itself or as partner to past or existing JVCA At least one partner Documentation Required N / A Form CON - 2 N / A Letter of Bid N / A Form CON 2 Section III. Evaluation and Qualification Criteria 1-7

21 Factor 2.3 Financial Situation Criteria Sub-Factor Requirement Single Entity Bidder Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required Historical Financial Performance Submission of audited balance sheets or if not required by the law of the Bidder s country, other financial statements acceptable to the Employer, for the last five (5) years to demonstrate the current soundness of the Bidder s financial position and its prospective long term profitability. N / A N / A Form FIN 3.1 with attachments Average Annual Turnover Minimum average annual turnover of forty (40) millions USD, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years. forty percent (40%) of the eighty percent (80%) of the Form FIN 3.2 Section III. Evaluation and Qualification Criteria 1-8

22 Factor 2.3 Financial Situation Criteria Sub-Factor Requirement Single Entity Bidder Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required Financial Resources The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet: (i) the following cash-flow : ten million (10,000,000.00) USD, net of the Bidder s commitments for other contracts, and (ii) the overall cash flow s for this contract and its current commitments. twenty percent (20%) of the eighty percent (80%) of the Form FIN 3.3 and Form CCC Section III. Evaluation and Qualification Criteria 1-9

23 Factor 2.4 Experience Criteria Sub-Factor General Experience Requirement Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last ten (10) years prior to the bid submission deadline, and with activity in at least nine (9) months in each year. Single Entity Bidder Joint Venture, Consortium or Association All partners combined Each partner At least one partner N / A Documentation Required N / A Form EXP Section III. Evaluation and Qualification Criteria 1-10

24 Factor 2.4 Experience Criteria Sub-Factor Specific Experience Requirement (a) Participation as contractor, management contractor, or subcontractor, within the last ten (10) years, in at least three (3) 330kV or above OHTL transmission line contracts, each with a value of at least twenty million (20,000,000.00) USD, that have been successfully and substantially completed and that are similar to the proposed Facilities. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Employer s Requirements. Single Entity Bidder Joint Venture, Consortium or Association All partners combined Each partner At least one partner s for all characteristics N / A s for the key activities listed below (e.g., can be a specialist subcontractor): 1. Design and Project Management of 330kV or above OHTL project 2. Civil works for OHTL foundations, 330kV or above 3. Erection and installation of 330kV or above OHTL Documentation Required Form EXP 2.4.2(a) Bidders are required to submit together with the form EXP (a), completion certificates for all contracts cited under clause (a), stating scope, voltage level and contract price. If certificates are not in English, a certified translation shall be provided. Section III. Evaluation and Qualification Criteria 1-11

25 Factor 2.4 Experience Criteria Sub-Factor Specific Experience Requirement b) For the above or other contracts executed during the period stipulated in 2.4.2(a) above, a minimum experience in the following key activities: The Bidder shall have, in the last ten (10) years, successfully and substantially completed, alone or as leading partner (sponsor), the design and construction of three (3) OHTL transmission line contracts of 330kV voltage level or above, each a least twenty million (20,000,000.00) USD in value, out of which at least one (1) shall have been performed outside that country where the applicant is based. Single Entity s Bidder Joint Venture, Consortium or Association All partners combined Each partner At least one partner s N / A s for the key activities listed below (e.g., can be a specialist subcontractor): 1. Design and Project Management of 330kV or above OHTL project 2. Civil works for OHTL foundations, 330kV or above 3. Erection and installation of 330kV or above OHTL Documentation Required Form EXP (b) Bidders are required to submit together with the form EXP (b), completion certificates for all contracts cited under clauses (a) and (b), stating scope, voltage level and contract price. If certificates are not in English, a certified translation shall be provided. Section III. Evaluation and Qualification Criteria 1-12

26 2.5 Personnel The Bidder must demonstrate that it has the personnel for the key positions that meet the following s: No. Position Total Work Experience (years) Experience In Similar Work (years) P1 Project Manager P2 Line Design Engineer 7 5 P3 Procurement Manager 10 7 P4 Site Construction Manager P5 Tower Erection Supervisor 10 7 P6 Foundation Supervisor 10 7 P7 OPGW Splice and Test Specialist 7 5 P8 OPGW Installation Supervisor 7 5 P9 Q.A. Manager 7 5 The Bidder shall provide details of the proposed personnel and their experience records using Forms PER-1 and PER-2 included in Section IV, Bidding Forms. 2.6 Equipment The Bidder must demonstrate that it will have access to the key Contractor s equipment listed hereafter: No. Equipment Type and Characteristics Minimum Number required 1 Car pickup or 4-wheel drive utility vehicle 4 3 Lorry up to 10 tones 5 4 Lorry over 10 tones 2 5 Excavator/tractor/JCB 4 6 Foundation gang tools and plant 4 7 Tower erection gang tools and plant 4 8 Stringing machine 2 9 Stringing gang tools and plant 2 10 Crane up to 15 tones 2 The Bidder shall provide further details of proposed items of equipment using the Form EQU furnished in Section IV, Bidding Forms. In addition, the Bidder shall demonstrate that main machineries such as stringing machines, stringing gang tools, and cranes are owned by him. Section III. Evaluation and Qualification Criteria 1-16

27 2.7 Subcontractors/manufacturers Subcontractors/Manufacturers for the following major items of supply or installation services must meet the following minimum criteria, herein listed for that item: Item No. M1 M2 M3 M4 Description of Item Steel tower structure (see (a) and (b) below) HV power conductors (see (a) and (b) below) Insulators and accessories (see (a) and (b) below) OPGW cable (see (a) and (b) below) SC1 Local civil subcontractor (if proposed for foundation construction works) SC2 Local electromechanical subcontractor (if proposed for tower erection works) Minimum Criteria to be met Ten (10) years supply record 5-year performance certificate ISO 9001 or equivalent certificate Ten (10) years supply record 3-year performance certificate ISO 9001 or equivalent certificate References for Construction Works and Installation of 330kV or above, OHTL in the last ten (10) years Certificates of satisfactory completion for construction works and installation of HV OHTL in two (2) projects in the last ten (10) years Failure to comply with this will result in rejection of the subcontractor. In the case of a Bidder who offers to supply and install major items of supply under the contract that the Bidder did not manufacture or otherwise produce, the Bidder shall provide the manufacturer s authorization, using the form provided in Section IV, Bidding Forms, showing that the Bidder has been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply and install that item in the Employer s country. The Bidder is responsible for ensuring that the manufacturer or producer complies with the s of ITB 4 and 5, and meets the minimum criteria listed above for that item. Conditions on sub-contractors (a) The sub-contractor shall submit copies of original documents defining the constitution or legal status, place of registration and principal place of business of the Company or partnership or, if a joint venture, of each party thereto constituting the Bid. (b) The sub-contractor shall be able to achieve the required standard and quality of works. (c) Subcontracting of works to local contractors shall meet the following: Section III. Evaluation and Qualification Criteria 1-17

28 (i) (ii) (iii) (iv) (v) The main Contractor shall propose list of possible subcontractors (minimum one, maximum three) for each of the works and submit their License, experience (reference lists), key personnel qualifications, financial standing and work in hand for Employer s evaluation. Failure to do so may result in rejection of the bid. If the main Contractor proposes more than one subcontractor, the quoted price will be deemed to apply to whichever subcontractor appointed and no adjustment of the rates and prices will be permitted. The main Contractor should submit qualifications and experience of the expatriate Site Construction Manager who should be responsible for the whole of site works. The main Contractor should submit an official letter from its possible subcontractors, which evidence their commitment for this particular tender. Subcontracted works shall not exceed 30% of the Contract Price. Section III. Evaluation and Qualification Criteria 1-18

29

Section - III Evaluation and Qualification Criteria

Section - III Evaluation and Qualification Criteria Section - III Evaluation and Qualification Criteria 1-2 Table of Clauses TABLE OF CLAUSES... 2 1. EVALUATION... 4 1.1 TECHNICAL EVALUATION... 4 1.2 ECONOMIC EVALUATION... 5 2. QUALIFICATION... 6 2.1 ELIGIBILITY...

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

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

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG ii ASIAN UNIVERSITY FOR WOMEN ASIAN UNIVERSITY FOR WOMEN CAMPUS PROJECT PROCUREMENT DOCUMENTS PREQUALIFICATION DOCUMENTS FOR PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN

More information

Information Copy - Not for Bidding

Information Copy - Not for Bidding THE GOVERNMENT OF DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA MINISTRY OF POWER & RENEWABLE ENERGY CEYLON ELECTRICITY BOARD NATIONAL TRANSMISSION & DISTRIBUTION NETWORK DEVELOPMENT & EFFICIENCY IMPROVEMENT

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

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

Jhabua Power Ltd. NOTICE INVITING BIDS

Jhabua Power Ltd. NOTICE INVITING BIDS Jhabua Power Ltd. 2nd Floor, Centrum plaza, Golf Course Road, Sector- 53, Gurgaon-122002 Ph.: +91-124-4392000 Fax: +91-124-4376496 NOTICE INVITING BIDS BY JHABUA POWER LIMITED (JPL) 2nd Floor, Centrum

More information

PREQUALIFICATION DOCUMENTS. for. Procurement of

PREQUALIFICATION DOCUMENTS. for. Procurement of PREQUALIFICATION DOCUMENTS for Procurement of Design, manufacture, supply, installation, testing and commissioning of Rolling Stock Employer: Mumbai Metro Rail Corporation Country: Republic of India Project:

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time) Invitation for Bids Grant No. and Title: 2015 68 112: Reconstruction and Improvement of Electricity in Earthquake Affected Districts. Tender No. and Title: ICB-REIP-073/74-01, Lot 1: Immediate Relief Measure

More information

Procurement Policy Office

Procurement Policy Office Procurement Policy Office (Established under section 4 of the Public Procurement Act 2006) Ref: WG/EG38/05-14 Evaluation Guide (Works and Goods) Procurement Policy Office Ministry of Finance and Economic

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

KARATINA UNIVERSITY PROPOSED LIBRARY

KARATINA UNIVERSITY PROPOSED LIBRARY KARATINA UNIVERSITY PROPOSED LIBRARY TENDER NAME: PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES (Re-tender) TENDER NUMBER: KarU/OT/05/LIB/2017-2018 Project Consultants: JKUATES LTD P.O. BOX 62000-00200

More information

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/.. PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..2016 DECEMBER 2015 TABLE OF CONTENTS 1.1 SECTION 1: PREQUALIFICATION

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

A F R I C A N U N I O N Standard Bidding Document

A F R I C A N U N I O N Standard Bidding Document A F R I C A N U N I O N Standard Bidding Document Procurement of Goods and Services Open Tender REGIONAL COMPETITIVE BIDDING (RCB) African Peer Review Mechanism Procurement Number: 2/APRM/IT/07/17 TENDER

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

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service (To be published in the Gazette of India, Part I, Section 1) No. 11/5/2005-PG(i) GOVERNMENT OF INDIA Ministry of Power. RESOLUTION New Delhi, Date: 17th April, 2006 Tariff based Competitive-bidding Guidelines

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

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER NO: KRA/HQS/NCB/011/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022

More information

P.V.C. INSULATED ALUMINIUM SERVICE MAIN WIRE-FINISHED PRODUCT

P.V.C. INSULATED ALUMINIUM SERVICE MAIN WIRE-FINISHED PRODUCT CEB SPECIFICATION 005-1: 2012 P.V.C. INSULATED ALUMINIUM SERVICE MAIN WIRE-FINISHED PRODUCT CEYLON ELECTRICITY BOARD SRI LANKA Telephone: +94 11 232 0953 Fax: +94 11 232 3935 CONTENTS PAGE 1. Scope 03

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: RVWSB/MLM-TAT/EQ /2017-2018 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

REPUBLIC OF SEYCHELLES

REPUBLIC OF SEYCHELLES Elect.Proj./289 REPUBLIC OF SEYCHELLES PUBLIC UTILITIES CORPORATION (Electricity ty Division) Generation Capacity Expansion PRASLIN Bidding Documents for 1 x 2.5 MW Diesel Generator Set (Praslin Power

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

SCHOOL EQUIPMENT PRODUCTION UNIT

SCHOOL EQUIPMENT PRODUCTION UNIT SCHOOL EQUIPMENT PRODUCTION UNIT UPDATE OF THE REGISTER OF SUPPLIERS TENDER NO: SEPU/PQ/2016-2017 SUPPLY/PROVISION OF GOODS AND SERVICES FOR 2016-2017 CATEGORY APPLIED FOR DATE OF NOTICE: WEDNESDAY 4 th

More information

INVITATION TO BID ITB-063/16

INVITATION TO BID ITB-063/16 INVITATION TO BID ITB-063/16 Renovation of Three Schools in Sinuni District in Ninawa Governorate Iraq United Nations Development Programme May, 2016 Section 1. Letter of Invitation Erbil, Iraq 22 May

More information

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY MERU UNIVERSITY OF SCIENCE & TECHNOLOGY P.O BOX 972-60200 Meru-Kenya Tel: 020-2092048, 020-2069349, 061-23092, 064-30320 Cell Phone: +254712524293, +254 725330827, +254 78151411, +254 725330826,+254 752839270,+254

More information

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME) REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O. Box 30071-00100 NAIROBI Tel: +254-205-339-61 (SUPPLIES BRANCH) SB-5-2016-2017: Supply

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

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

More information

KERIO VALLEY DEVELOPMENT AUTHORITY

KERIO VALLEY DEVELOPMENT AUTHORITY KERIO VALLEY DEVELOPMENT AUTHORITY PREQUALIFICATION/REGISTRATION FOR AIR TICKETING, TOUR & TRAVEL SERVICES TENDER N0.: KVDA/PQ/18/2017-2018/19 RECEIPT NO. TENDER REG. NO. CLOSING DATE :THURSDAY 22 ND JUNE,

More information

Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan

Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan Case track Number: SIDA/RAIPIII/NTH/Good/2014/016 Request

More information

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Board Accra, Ghana 1 Preface Procurement under projects financed from the Public Funds of the

More information

Procurement of Goods, Works and Non- Consultant Services

Procurement of Goods, Works and Non- Consultant Services Evaluation Guideline for Quotations Procurement of Goods, Works and Non- Consultant Services Public Procurement Regulatory Authority P.O. Box 49, Dar es Salaam. 4 Th June, 2008 Preface This Evaluation

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE-411 008 Tender No. CE/IITM/Project/Conf./Interior/2012-13/02 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road,

More information

WORKS PROCUREMENT NOTICE

WORKS PROCUREMENT NOTICE Document for completion and publication by the Contracting Authority. 1. Publication reference EuropeAid/131550/C/WKS/RS 2. Procedure Open 3. Programme IPA 4. Financing IPA 2010 5. Contracting authority

More information

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd.

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd. DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi TENDER

More information

KENYA CIVIL AVIATION AUTHORITY

KENYA CIVIL AVIATION AUTHORITY KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/019/2017-2018 THE PROVISION OF MEDIA MONITORING, NEWS AND RESEARCH SERVICES FOR KCAA FOR TWO YEARS - 2017/18 & 2018/19 DATE OF NOTICE: TUESDAY, 14 TH NOVEMBER,

More information

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY BIDDING DOCUMENT

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY BIDDING DOCUMENT DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY REQUEST PROPOSAL FOR EXPANDING THE AVAILABLE WIRELESS LOCAL AREA NETWORK OF THE UVA WELLASSA UNIVERSITY UWU/G/NCB/17/08 BIDDING DOCUMENT

More information

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED Reg: No. 1998/009584/06 THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED INVITATION TO PREQUALIFY FOR THE PROCUREMENT OF AN OPEN ROAD TOLLING SYSTEM IN THE GAUTENG PROVINCE, SOUTH AFRICA AND A NATIONAL

More information

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI) MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.)-462003 EXPRESSION OF INTEREST (EOI) Notice Inviting Expression of Interest (EOI) for hiring the services of consultants

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH

REPUBLIC OF KENYA MINISTRY OF HEALTH REPUBLIC OF KENYA MINISTRY OF HEALTH INVITATION TO TENDER INTERNATIONAL COMPETITIVE BIDDING SUPPLY, INSTALLATION, TESTING, MAINTENANCE AND REPLACEMENT OF MEDICAL EQUIPMENT AND ASSOCIATED TRAINING FOR COUNTY

More information

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED EXPRESSION OF INTEREST (EoI) For Property Development at Sector 71 NOIDA METRO RAIL CORPORATION (NMRC) LIMITED December 2016 Issued by: Noida Metro Rail Corporation (NMRC) Limited Block-III, 3 rd Floor,

More information

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17 Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17 Question no. 1: Could you send us the relevant documents for call for tenders FL/LEG17? Answer

More information

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PREQUALIFICATION FOR SERVICES AND

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PREQUALIFICATION FOR SERVICES AND REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PREQUALIFICATION FOR SERVICES AND CONSULTANCIES TENDER NO.MPYG/HKS/IFQ/01/2017- Tender Closing

More information

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/ PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/2017-2018 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 www.kra.go.ke NAIROBI, KENYA. AUGUST, 2017 PREBID DATE: 5TH SEPTEMBER,

More information

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE PUNJAB LAND DEVELOPMENT COMPANY GOVERNMENT OF PUNJAB ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE DEVELOPMENT OF INFRASTRUCTURE PRE-QUALIFICATION OF CONTRACTORS DOCUMENTS DECEMBER, 2013 ENGINEERING

More information

STANDARD TENDER EVALUATION REPORT FORMAT FOR PROCUREMENT OF WORKS (MAJOR CONTRACTS)

STANDARD TENDER EVALUATION REPORT FORMAT FOR PROCUREMENT OF WORKS (MAJOR CONTRACTS) STANDARD TENDER EVALUATION REPORT FORMAT FOR PROCUREMENT OF WORKS (MAJOR CONTRACTS) Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana Table of Contents Section I.

More information

COMUNICATIONS AUTHORITY OF KENYA

COMUNICATIONS AUTHORITY OF KENYA 1 COMUNICATIONS AUTHORITY OF KENYA REGISRTATION OF SUPPLIERS FOR PROVISION OF EVENT MANAGEMENT SERVICES CA/PROC/RS/03/2017-2018 2017-2019 JANUARY 2018 1 Contents INTRODUCTION... 3 REGISTRATION INSTRUCTIONS...

More information

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

SUPPLY CONTRACT NOTICE

SUPPLY CONTRACT NOTICE Public document to be completed by the Contracting Authority SUPPLY CONTRACT NOTICE Procurement of Mobile drinking water treatment plants Location Republic of Serbia 1. Publication reference Europeaid:

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/ TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/2017-2018 CLOSING MONDAY 12 TH FEBRUARY, 2018 AT 11.00AM RESERVED FOR AGPO FIRMS JANUARY 2018 MANAGER, SUPPLY CHAIN NATIONAL

More information

KENYA WILDLIFE SERVICE

KENYA WILDLIFE SERVICE KENYA WILDLIFE SERVICE REHABILITATION AND PERFORMANCE BASED ROUTINE MAINTENANCE OF MAKTAU-KITANI-LAKE JIPE ROADS IN TSAVO WEST NATIONAL PARK TENDER NO.KWS/OT/PBC/R&F/15/2015-2016 : NOVEMBER 2015 DIRECTOR

More information

QUESTIONS AND ANSWERS

QUESTIONS AND ANSWERS QUESTIONS AND ANSWERS REGARDING Invitation to tender MOVE/A3/2013-119 (Contract notice 2013/S 122-208384) concerning "Framework Contract regarding Impact Assessments and Evaluations (ex-ante, intermediate

More information

REQUEST FOR PROPOSALS. REF: UNDPSO-RFP Development and Implementation of an Aid Information Management System (AIMS) for Somalia

REQUEST FOR PROPOSALS. REF: UNDPSO-RFP Development and Implementation of an Aid Information Management System (AIMS) for Somalia REQUEST FOR PROPOSALS REF: UNDPSO-RFP-2017-011 Development and Implementation of an Aid Information Management System (AIMS) for Somalia United Nations Development Programme August, 2017 1 Section 1. Letter

More information

ANNEX III - BID FORMS

ANNEX III - BID FORMS ANNEX III - BID FORMS The forms below must be completed and returned with your Bid: III (A): III (B): III (C): III (D): III (E): III (F): III (G) Bid Submission Form Bill of Quantity (BoQ) (financial bid,

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

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

More information

P.V.C. INSULATED UNARMOURED COPPER CABLES

P.V.C. INSULATED UNARMOURED COPPER CABLES 083 : 2007 CEB SPECIFICATION P.V.C. INSULATED UNARMOURED COPPER CABLES CEYLON ELECTRICITY BOARD SRI LANKA Specification for P.V.C. INSULATED UNARMOURED COPPER CABLES CEB Specification 083 : 2007 CEYLON

More information

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax , University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web

More information

KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION

KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION TENDER NO: KURA/RMLF/WE/115/2017-2018 FOR TENDER NAME: PERIODIC MAINTENANCE

More information

1.1 Detailed working concept which allows us to examine the technical aspects in the light of the project objective.

1.1 Detailed working concept which allows us to examine the technical aspects in the light of the project objective. 1. Content of the bid Your bid should contain the following information: 1.1 Detailed working concept which allows us to examine the technical aspects in the light of the project objective. This includes:

More information

Section 2: Instruction to Bidders

Section 2: Instruction to Bidders Section 2: Instruction to Bidders Definitions a) Bid refers to the Bidder s response to the Invitation to Bid, including the Bid Submission Form, Technical Bid and Price Schedule and all other documentation

More information

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

Application Document. for

Application Document. for Application Document for Pre-qualification of Engineering, Procurement and Construction [EPC]/ Turnkey Contractor for Development of Power Distribution Project in Kwilu (Bandundu) Province of the Democratic

More information

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for Tanahu Hydropower Limited Invitation for Expression of Interest (EOI) for consultancy services for Route Alignment Survey of Damauli Bharatpur 220 kv transmission line. Date of First Publication 2070-12

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

INVITATION TO BID ITB-188/16

INVITATION TO BID ITB-188/16 Iraq INVITATION TO BID ITB-188/16 Supply and Delivery of Electrical Materials for Qayara Electrical Distribution Network - Ninewa Governorate IRAQ United Nations Development Programme November, 2016 1

More information

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya REPUBLIC OF KENYA MINISTRY OF MINING P. O. Box 30009-00100 Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya OPEN NATIONAL TENDERING TENDER DOCUMENT TENDER NO: MOM/T/004/2015-2016 FOR SUPPLY, DELIVERY,

More information

Central Electricity Supply Utility of Odisha

Central Electricity Supply Utility of Odisha Central Electricity Supply Utility of Odisha TENDER SPECIFICATION NO: HRD-03/2011-12 Scope Of Work: Printing & supply of Money Receipt Books Due date of Opening of the Sale & submission of the Tender:

More information

Design, Procurement and Construction of :

Design, Procurement and Construction of : Century Power Generation Ltd. Design, Procurement and Construction of : - 330kV Okija Power Plant Switchyard - 330/132 kv Nnewi sub-station Extension - 330 kv Onitsha sub-station Extension Request for

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER NO. NCA/T/023/2017-2018 CLOSING WEDNESDAY 14 TH MARCH, 2018 AT 11.00AM FEBRUARY 2018. MANAGER, SUPPLY CHAIN

More information

PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS FOR THE PERIOD -JANUARY 2018 TO DECEMBER 2019

PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS FOR THE PERIOD -JANUARY 2018 TO DECEMBER 2019 ISLAMIC RELIEF SOMALIA Km5 along Zobe Mogadishu Afgooye Road Behind Ex-Higher Education Ministry Next To Champers of Commerce opposite Of OIC Office. PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS

More information

Anguilla Electricity Company Limited. Request for Proposal. Battery System. Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla

Anguilla Electricity Company Limited. Request for Proposal. Battery System. Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla Anguilla Electricity Company Limited Request for Proposal Battery System Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla Request for Proposal Schedule Release Date: June 20, 2017

More information

INVITATION TO BID RWANDA

INVITATION TO BID RWANDA INVITATION TO BID Construction of a Bloc of toilet,installation of rainwater harvesting facilities and covered walkway at Kibuye High School, in the Bwishyura Sector, Karongi District Project of upgrading

More information

ITB for Procurement of Goods

ITB for Procurement of Goods Summary Section I. Section II. Section III. Section IV. Section V. Section VI: ITB for Procurement of Goods Instructions to Bidders This Section provides information to help Bidders prepare their bids.

More information

SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING]

SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING] SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING] OBTAINING OF AIR FREIGHT SERVICES FOR EXPORT AND IMPORT OF CARGO (TO AND FROM SOUTH SUDAN

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER NO. NCA/T/15/2017-2018 CLOSING FRIDAY 15 TH DECEMBER, 2017 AT 11.00AM NOVEMBER 2017. MANAGER, SUPPLY CHAIN NATIONAL

More information

S ECTION 5 S CHEDULES

S ECTION 5 S CHEDULES S ECTION 5 S CHEDULES Index to Schedules Schedule No Particulars Preamble and Instructions to Bidders Part 1: Experience and Financial Qualifications I Application for Qualification II Summary of Bidder

More information

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 GENERAL MANAGER - MAINTENANCE KENYA NATIONAL HIGHWAYS AUTHORITY P.O. BOX 49712-00100

More information

ContourGlobal Hydro Cascade CJSC. Rehabilitation of Vorotan Cascade Hydropower Plants. PROCUREMENT DOCUMENT Prequalification of Bidders

ContourGlobal Hydro Cascade CJSC. Rehabilitation of Vorotan Cascade Hydropower Plants. PROCUREMENT DOCUMENT Prequalification of Bidders Rehabilitation of Vorotan Cascade Hydropower Plants PROCUREMENT DOCUMENT Prequalification of Bidders 23 June 2016 PROCUREMENT DOCUMENT Prequalification of Bidders for the Procurement of Rehabilitation

More information

NEW EU DIRECTIVES CONCERNING PUBLIC PROCUREMENT TRANSPOSED INTO ROMANIAN LAW STARTING MAY JANUARY BUCHAREST

NEW EU DIRECTIVES CONCERNING PUBLIC PROCUREMENT TRANSPOSED INTO ROMANIAN LAW STARTING MAY JANUARY BUCHAREST NEW EU DIRECTIVES CONCERNING PUBLIC PROCUREMENT TRANSPOSED INTO ROMANIAN LAW STARTING MAY 2016 26 JANUARY 2017 - BUCHAREST Subcontracting and consortia within the framework of public procurement contracts

More information

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/ IDB CAPITAL LIMITED At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/2016-2017 TENDER FOR THE IMPLEMENTATION OF AN HRMS SOLUTION IN NAVISION 2016 & MIGRATION OF NAVISON FINANCIALS FROM THE

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

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