The refit used standard procurement practices. All of the items many of which were reused are found in any government department or agency.
|
|
- Pamela Golden
- 6 years ago
- Views:
Transcription
1 Office refurbishment On 13 December 2017, the State Services Commission completed a refit of its Wellington office space on Levels 10 and 11 of the Reserve Bank Building. The refit is an investment in the Commission s longer-term effectiveness and capability. The project was necessary to support a new, more collaborative and joined up operating model. Six years ago the Commission moved from Molesworth Street to the Reserve Bank Building, 2 The Terrace. The Commission has since changed the way it works, which meant the previous office configuration was no longer fit-for-purpose. The Commission also needs to accommodate project teams and large group meetings, for example Public Service chief executives, without having to hire external space. The refit used standard procurement practices. All of the items many of which were reused are found in any government department or agency. The cost, at $593 per square metre, was at the lower end for comparable public sector office fit outs. Key points of the project: Fully flexible work space with no allocated desks, including for the State Services Commissioner Space is allocated for activity only, not on the basis of an individual s job status 50% of floor space for collaborative working spaces Accommodating the same number of staff with a decrease in the number of desks from 143 to 99, but with the capability for 250 working points. The fit out was finished on time, under budget and with minimum disruption. The total investment in construction and fit out was $960,000 at the time of this release. There was a further cost of $138,000 for project management fees and design and there may be some other minor costs to finalise the project.
2 UNCLASSIFIED Business Case Workplace refurbishment Background The State Services Commission (SSC) is located on floors 10 and 11of the Reserve Bank building. Our workplace is designed to fit 120 staff plus space for contractors, all with assigned desks (143). We currently have three meeting rooms that can open into a large conference area, 12 meeting rooms that cater for between 4 and 8 people, 4 quiet rooms and meeting room for the Head of State Services. SSC s work programme requires collaboration across the Public sector, the ability to share information easily and quickly with each other, and a work space that allows us to bring in teams from across the sector to form teams on cross sector issues. A recent occupancy study has shown that we work is a very mobile way with 44% of desks being unoccupied in any one day. We also under utilise our meeting rooms, preferring to meet in other places or informally. We want to design a workplace that suits our natural way of working, provides better value for money and provides us with the ability to be mobile and flexible. Our lease at the reserve bank expires on 31 March On that basis we want to minimise structural changes and design a solution that can be portable to other premises if required. As part of the WAP2 programme SSC was scheduled to move to 3 The Terrace in Subsequent to the 7.8 Earthquake on 14 November that programme has been impacted in terms of who has to move buildings, the number of buildings available and time frame that the programme can now be progressed against. SSC has asked for urgent advice on the impact for 3 The Terrace. The outcome of that advice will determine the extent of the structural changes we can justify. If we are operating on the basis we have 18 months we will minimise the structural changes, if we are operating on the basis we have 3 years then we can depreciate the structural changes over a longer period and therefore reduce cost. Following the earthquake, we have damage to the work space that requires repair. Internal walls, cabinets and meeting rooms all sustained damage. Total estimate to repair the current workspace is $17,000. Strategic case SSC leads the State sector to deliver great services for our nation. We lead, we serve. New Zealand has one of the most respected public administrations in the world, and we know that we need to work hard to retain this reputation. SSC leads the State services in setting ambitious goals for agencies and delivering improved results and services for New Zealanders. Our role is to support chief executives to work as a team and take collective responsibility for ensuring the system works well and with integrity for today, and tomorrow. We aim to drive better public services through increased customerfocus and innovation. SSC is responsible for the design and capability of the State services. Our aim is to retain the strength of agency accountability while building stronger stewardship and alignment across the public sector. To this end SSC has developed a plan, owned jointly by the CEs of all public sector agencies, called Better Public Services 2 (BPS2). The BPS2 plan is the driver for the change to our workspace. In order to deliver this plan SSC will require a workspace that allows for the following: _Business Case - workplace refurbishment.docx UNCLASSIFIED
3 UNCLASSIFIED Ability to focus on issues not teams breaking down professional siloes Developing a meritocracy Freer exchange of information and ideas More effective and efficient use of work space so we can accommodate virtual project teams The proposed changes in the workplace are in line with both the Government Chief Information Officer s (GCIO) strategy for IT and Government Property Group s (GPG) strategy for work place effectiveness. Both strategies support unlimited (digital) access and connectivity; digital transformation and paper independence and reduction. As well as flexible work places that can organise around activities and work priorities instead of uniform work stations and teams. Economic case There are options available dependent on degree to which the strategic needs are met, risk assessment, and cost benefit. Options include: 1) Keeping the status quo and repairing the earthquake damage. Keep IT on the current replacement cycle. This option provides a safe working environment, but does not provide the flexibility required to complete the work programme effectively, or the variety of working environment to enable staff to work in their most productive way. Economic Criteria Information Flexibility Increased Efficient and Exchange productivity Effective No No No No 2) Reduce paper based information, provide flexible desking, remove some internal walls to increase informal meeting spaces. This option provides existing staff the flexibility to work around activities rather than a uniform physical space, however the collaboration opportunities are minimal. Economic Criteria Information Flexibility Increased Efficient Exchange productivity Effective In part In part Yes In part and 3) Refurbish the workspace using a design concept which meet the strategic need but allow for portability of improvements. This is will include changes to IT, furniture and internal walls. Structural changes will be minimal and cost benefit dependent on the workspace improvements being largely portable. Economic Criteria Information Flexibility Increased Efficient Exchange productivity Effective Yes Yes Yes Yes and 4) Refurbish the workspace using a design concept which meet the strategic need and allows for some non-portable structural change such as the carpet, walls and built in cabinets _Business Case - workplace refurbishment.docx 2 UNCLASSIFIED
4 UNCLASSIFIED Economic Criteria Information Flexibility Increased Efficient Exchange productivity Effective Yes Yes Yes Yes and Option 3 and 4 meet the criteria for the strategic case. The cost benefit analysis will determine which option is the most desirable. Commercial The redesign of the work place will involve private providers. GPG and GCIO are in involved in the work place redevelopment and have the processes in place to support the commercial arrangements with designers, suppliers and IT providers. Templates and policies are in place to ensure all contractual arrangements are obtained and managed appropriately. Financial Please see appendix 1 for the detailed costings for this project: The level of investment will be determined by the lease situation after a decision has been received from GPG about the WAP2 programme. $1.9m is set aside in capital, with the associated opex for depreciation in Costing for furniture and IT based on the APO fitout has been undertaken. Total cost for the soft furnishing is approx. $500k. Assuming a similar amount for construction costs to change internal walls and the hubs, the total cost is likely to be $1m. A likely saving of $900k. There are saving associated with refurbishing the work space to meet SSC s strategic needs in additional to the $900k saving: Removal of desk phones Avoidance of earthquake repair costs Avoidance the IT refresh costs for the next 3 years Increased productivity due to the more effective work place Management From a management perspective this project will transform the workplace from being a hygiene factor to a strategic asset. Staff will be provided with multiple options for their working environment, including the one option of a dedicated work station that is provided now. The following management benefits will be realised: Employee well-being; a healthier and more sustainable workplace. Employee satisfaction; more effective, engaged and motivated people. Organisation flexibility; better collaboration, more efficient decision making. Work-life balance; improved work-life balance after implementation and transformation. Property cost saving; a cost effective workplace _Business Case - workplace refurbishment.docx 3 UNCLASSIFIED
5 UNCLASSIFIED Governance ELT will approve budget, design and communications. The steering group will monitor progress and make resourcing decisions within project scope and budget. The steering group will include GPG and GCIO to ensure we retain alignment with cross agency strategies. A Project Manager is required to coordinate providers and to manage the project plan. To speed up the process someone internal to SSC with the appropriate skills would be ideal. Recommendations Get decision from GPG on WAP2 direction. Approve Business Case RFP for designers underway Consult with Landlord on changes and lease extension (time determined by WAP decision) Appoint project Manager and set up Governance _Business Case - workplace refurbishment.docx 4 UNCLASSIFIED
6 RFP Workplace refurbishment State Services Commission Request for Proposals DESIGN SERVICES FOR OUR WORKPLACE RFP released: 20 th January 2017 Deadline for Questions: 3 rd March 2017 Deadline for Proposals: 17 th March 2017 State Services Commission 2 The Terrace Wellington
7 RFP Workplace refurbishment Contents This opportunity in a nutshell... 3 SECTION 1: Key information... 5 SECTION 2: Our Requirements... 8 SECTION 3: Our Evaluation Approach SECTION 4: Pricing information SECTION 5: Our Proposed Contract APPENDIX 1: Contract for Services... 16
8 This opportunity in a nutshell What we need SSC s work programme requires collaboration across the Public sector, the ability to share information easily and quickly with each other, and a work space that allows us to bring in teams from across government to work on cross sector issues. We need design services to reconfigure our current workspace to better support this direction. SSC is currently located on floors 10 and 11of the Reserve Bank building (~1830 sqm). Our workplace is designed to fit 120 staff plus space for contractors, all with assigned desks (143). We currently have three meeting rooms that can open into a large conference area, 12 meeting rooms that cater for between 4 and 8 people, 4 quiet rooms and meeting room for the Commissioner. A recent occupancy study has shown that we work in a very mobile way with 44% of desks being unoccupied in any one day. We also under utilise our meeting rooms, preferring to meet in other places or informally. We want to design a workplace that suits our natural way of working, provides better value for money and provides us with the ability to be mobile and flexible. We want to minimise structural changes and design a solution that can be portable to other premises if required. We are looking for a designer with the experience, capacity and capability to deliver a practical design to meet our needs. What we don t want We don t want a refreshed version of the status quo. We don t need a full workplace strategy but we do need a supplier who can add value to our project through challenging our thinking, or providing ideas and innovations which will improve how we support our staff. What s important to us It s important that we receive Proposals from suppliers who have the capability, personnel and experience to provide innovative working environment solutions as well as critical and creative thinking to all phases of the design process. The Successful Respondent must be able to demonstrate a comprehensive understanding of progressive workplace models that have responded to the strategic needs and desired work practices of an organisation. Why should you bid? SSC is the leader of State services. This is a unique opportunity to be part of the development of an innovative work place which will enable SSC to better carry out that role. A bit about us SSC leads the State sector to deliver great services for our nation. We lead, we serve. New Zealand has one of the most respected public administrations in the world, and we know that we need to work hard to retain this reputation. We create the environment for agencies to perform successfully and work with chief executives to help them deliver results that make a difference to the lives of New Zealanders. We also support their professional development and manage their performance and that of their agencies. Page 3 of 19
9 Our aim is to lead a Public service that focuses effort on priority results that produce better outcomes and improved services for New Zealanders. These results are ones which cannot be achieved by a single agency. They require cross agency or whole of system work to achieve success, and will enable a transformation in how State services operates as a system. To this end SSC has facilitated a plan, owned jointly by the CEs of all public sector agencies, called Better Public Services 2 (BPS2). To enable this work we have developed a workforce strategy that focuses on agility and flexibility. Our workplace is one of the key enablers to help that strategy be fulfilled. Page 4 of 19
10 SECTION 1: Key information 1.1 Context a. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the design of our workplace contract opportunity. b. This RFP is a single-step procurement process. c. Words and phrases that have a special meaning are shown by the use of capitals e.g. Respondent, which means a person, organisation, business or other entity that submits a Proposal in response to the RFP. The term Respondent includes its officers, employees, contractors, consultants, agents and representatives. The term Respondent differs from a supplier, which is any other business in the market place that does not submit a Proposal.. Definitions are at the end of Section Our timeline a. Here is our timeline for this RFP. Action Indicative date Tender RFP released 20th January 2017 Deadline for questions 3 rd March 2017 Last date for SSC to answer questions Deadline for Proposals 8 th March pm 17 th March 2017 Evaluation Responses distributed to evaluation panel Interview short listed suppliers 20 th March rd 24 th March 2017 Post-evaluation Approve recommendation report Debrief unsuccessful suppliers Advise Respondents of outcome 27 th March th March th March 2017 Contract negotiation 29 th March 2017 Page 5 of 19
11 Anticipated contract start date 10 rth April 2017 b. Suppliers will be interviewed on 23 rd 24 th of March. We will give as much notice as possible for supplier to arrange travel and schedules. c. All dates and times are dates and times in New Zealand. 1.3 How to contact us a. All enquiries must be directed to our Point of Contact. We will manage all external communications through this Point of Contact. b. Our Point of Contact Name: Rachel Bruce Title/role: General Manager, Corporate Services address: 1.4 Developing and submitting your Proposal a. This is a closed, competitive tender process. The RFP sets out the step-by-step process and conditions that apply. b. Take time to read and understand the RFP. In particular: i. develop a strong understanding of our Requirements detailed in Section 2. ii. in structuring your Proposal consider how it will be evaluated. Section 3 describes our Evaluation Approach. c. For helpful hints on tendering and access to a supplier resource centre go to: / for suppliers. d. If anything is unclear or you have a question, ask us to explain. Please do so before the Deadline for Questions. our Point of Contact. e. You must complete and sign the declaration at the end of the Response Form. f. Having done the work don t be late please ensure you get your Proposal to us before the Deadline for Proposals! 1.5 Address for submitting your Proposal a. Proposals must be submitted by to the following address: Rachel.bruce@ssc.govt.nz b. Proposals sent by post or fax, or hard copy delivered to our office, will not be accepted. Page 6 of 19
12 1.6 Our RFP Process, Terms and Conditions a. Offer Validity Period: In submitting a Proposal the Respondent agrees that their offer will remain open for acceptance by the Buyer for 3 calendar months from the Deadline for Proposals. b. The RFP is subject to the RFP Process, Terms and Conditions (shortened to RFP-Terms) described in Section 6. We have not made any variation to the RFP-Terms. 1.7 Later changes to the RFP or RFP process a. If, after publishing the RFP, we need to change anything about the RFP, or RFP process, or want to provide suppliers with additional information we will let all suppliers know . Page 7 of 19
13 SECTION 2: Our Requirements 2.1 Background This procurement relates to the delivery of a design for the SSC workspace at the Reserve Bank building, 2 The Terrace, Wellington. Our location is floors 10 and 11 of the Reserve Bank building and each floor is approximately 915 sqm. We currently have 143 assigned desks for SSC staff and guests. We have closed meeting areas and a reception and conferencing area on level 10. SSC has undertaken some initial discovery work. Available outputs will be shared with the successful respondent including: SSC s draft four year plan A high level occupancy study noting desks that were occupied or not occupied over a period of two weeks. Business case for the refurbishment The project budget for all construction works is $500,000. Included in this figure is soft fitout items, hard fitout changes, wiring and cabling. Technology and equipment is excluded. SSC s furniture is at the end of its life and its anticipated there will be minimal furniture re-use. 2.2 What we are buying and why We want to design a work space that is better suited to our work programme and culture. The work place needs to allow for flexible and mobile working, where information can be shared easily and informal and formal meetings can be held. There needs to be the right mix of worksettings to support the individual, team and cross team project work we undertake. Project teams from other agencies will need to be accommodated and a conference facility that caters for up to 100 staff is required. 2.3 Services and deliverables The final scope of work and associated fee will be finalised at the time of contract execution (based on the legal documentation). The successful respondent will provide comprehensive design services (including completing functional briefing, translation exercises, storage reviews and analysis, integration of existing furniture, etc.) for a soft fitout from conception through to completion of the fitout by: o o o o o o o completion of all tasks and outputs associated with schematic planning, sketch planning/concept design, preliminary and developed design, detailed design and tender documentation and review, construction and consenting, certification of practical completion and defect liability management to enable the completion and occupation of the fitout this will include comprehensive management of variations and signage requirements manage variation process in consultation with SSC manage furniture procurement process work closely with other suppliers, to provide a complete solution be responsible for overall co-ordination of all design disciplines project manage any construction fitout works required as a result of the design (expected to be minimal reconfiguration of built space and cosmetic upgrades). commitment to design delivery milestones (and related level of detail) - dates as per development agreement programme Page 8 of 19
14 2.4 Contract term We anticipate that the Contract will commence in April The anticipated Contract term and options to extend are: Description Initial term of the Contract Years Start on 10 th April End Date: On completion of the fitout and sign off by SSC. Page 9 of 19
15 2.5 Key outcomes The following are the key outcomes that are to be delivered. Description That all the Service Deliverables and scope described in this RFP are met to the satisfaction of SSC. The final scope of work and associated fee will be finalised at the time of contract execution (based on the legal documentation). Indicative date for delivery As per above contract period 2.6 Other information a. Payment will be on successful delivery of milestones. b. New Intellectual Property arising as a result of the Contract will be the property of SSC Page 10 of 19
16 SECTION 3: Our Evaluation Approach 3.1 Evaluation model The evaluation model that will be used is weighted attribute (weighted criteria). Price is a weighted criterion. The evaluation process will include the following steps: Evaluation of RFP proposals against the weighted criteria Moderation to determine shortlist Clarifications and presentations by shortlisted Respondents Final moderation Preferred Respondents(s) invited to enter into further negotiations or discussions (if required) Due diligence and reference checks (if required) 3.2 Evaluation criteria Proposals will be evaluated on their merits according to the following evaluation criteria and weightings. Criterion Weighting 1. Proposed solution (fit for purpose) 40% Methodology and process Relevant project examples (two examples) 2. Capability of the Respondent to deliver 25% Key personnel s experience Quality management and assurance Health and safety policies 3. Capacity of the Respondent to deliver 15% Proposed programme Availability of key personnel 4. Fit with SSC 10% Assessed from interview 5. Price 10% Fixed fee proposal Total weightings 100% Shortlisted Respondents will be invited to make a presentation to the evaluation team as part of the overall evaluation process. The presentation will be a dialogue session with evaluation team members asking questions and ensuring a thorough understanding of the respondent s submission. The process will be limited to a maximum of 90 minutes. It is expected that your nominated team, or key representatives of the team, are part of the presentation. Responses received as part of any such presentations may be used to moderate scores. Presentations will be held on the day(s) identified in section 1.2 Our Timeline. Page 11 of 19
17 3.3 Scoring The following scoring scale will be used in evaluating Proposals. Scores by individual panel members may be modified through a moderation process across the whole evaluation panel. Rating Definition Score SIGNIFICANTLY exceeds requirements EXCEEDS by a clear margin MEETS requirements Has clear DEFICIENCIES Is UNSUITABLE UNACCEPTABLE significant issues not capable of being resolved The Proposal is able to demonstrate a level of experience, capabilities and capacity significantly beyond base requirements and business objectives in all areas. The Proposal demonstrates that they are able to exceed the requirement and business objectives in several areas and is at the required level of satisfaction. The Proposal meets the requirements and is to an adequate level required to satisfy business objectives. The Proposal meets most, but not all, requirements and is therefore generally below expectations. The Proposal is unable to meet most or any of the requirements and/or does not answer all critical questions. The Proposal clearly cannot meet any of the requirements / no answer provided Price We wish to obtain the best value-for-money over the whole-of-life of the Contract. This means achieving the right combination of fit for purpose, quality, on time delivery, quantity and price. A lump sum/fixed fee pricing mechanism will be required from Respondents which indicates the total cost for performing the required services for the design solution. If a Respondent offers a price that is substantially lower than other Proposals (an abnormally low bid), the Buyer may seek to verify with the Respondent that the Respondent is capable of fully delivering all of the Requirements and meeting all of the conditions of the Proposed Contract for the price quoted. 3.5 Evaluation process and due diligence We may undertake the following processes and due diligence in relation to shortlisted Respondents. The findings will be taken into account in the evaluation process. Should we decide to undertake any of these we will give shortlisted Respondents reasonable notice. a. reference check the Respondent organisation and named personnel b. carry out due diligence on the Respondent c. undertake a Police check for all named personnel Page 12 of 19
18 SECTION 4: Pricing information 4.1 Pricing information to be provided by respondents Respondents are to provide their price as part of their Proposal. In submitting the Price the Respondent must meet the following: a. The lump sum/fixed price quoted should represent all costs, fees, expenses and charges associated with the full delivery of the Requirements over the whole-of-life of the Contract (including travel and accommodation if required). All prices shown must be exclusive of GST. b. In preparing their Proposal, Respondents are to consider all risks, contingencies and other circumstances relating to the delivery of the Requirements and include adequate provision in the Proposal and pricing information to manage such risks and contingencies. c. Respondents are to document in their Proposal all assumptions and qualifications made about the delivery of the Requirements, including in the financial pricing information. Any assumption that the Buyer or a third party will incur any cost related to the delivery of the Requirements is to be stated, and the cost estimated if possible. d. Prices must be tendered in NZ$. Unless otherwise agreed, the Buyer will arrange contractual payments in NZ$. Page 13 of 19
19 SECTION 5: Our Proposed Contract Proposed Contract 5.1 We have included in the Appendix 1 a copy of the Proposed Contract that will be used for the requirements specified. 5.2 In submitting your Proposal you must let us know if you wish to question and/or negotiate any of the terms or conditions in the Proposed Contract, or wish to negotiate new terms and/or conditions. The Response Form contains a section for you to state your position. If you do not state your position you will be deemed to have accepted the terms and conditions in the Proposed Contract in full. Page 14 of 19
20 SECTION 6: RFP Process, Terms and Conditions A copy of the Terms and Conditions of this RFP can be found on the Ministry of Business, Employment, Innovation and Employment (MBIE) website. Page 15 of 19
21 APPENDIX 1: Contract for Services Contract for Services SSC Contract Number The Parties State Services Commissioner (Buyer) and [Insert the legal name of the Supplier (and registered address if a company)] (Supplier) The Contract The Buyer appoints the Supplier to deliver the Services described in this Contract and the Supplier accepts that appointment. This Contract sets out the Parties' rights and obligations. The documents forming this Contract are: 1 This page Page 1 2 Contract Details and Description of Services Schedule 1 3 Standard Terms and Conditions Schedule 2 [The Standard Terms and Conditions are available at GMC Form 1 SERVICES - Schedule 2 (2nd Edition) [147 kb PDF] on the business.govt.nz website.] 4 Any other attachments described in Schedule 1. How to read this Contract Together the above documents form the whole Contract. Any Supplier terms and conditions do not apply. Clause numbers refer to clauses in Schedule 2. Words starting with capital letters have a special meaning, as stated in the Definitions section (clause 17, Schedule 2). Acceptance The date of execution of this Contract is the later of the two dates below. By signing this Contract each Party acknowledges that it has read and agrees to be bound by it. For and on behalf of the Buyer: For and on behalf of the Supplier: Signature Name: Date: Signature Name: Date: Page 16 of 19
22 Schedule 1 Contract Details and Description of Services Details Start Date Reference Schedule 2 clause 1 End Date Reference Schedule 2 clause 1 Personnel Contract Managers Reference Schedule 2 clause 4 Name: Buyer s Contract Manager Supplier s Contract Manager Address details Addresses for Notices Reference Schedule 2 clause 14 For the attention of: Street address: Postal address: Buyer Chief Legal Advisor State Services Commission 2 The Terrace Wellington 6011 PO Box 329 Wellington 6140 Fax: legal@ssc.govt.nz Supplier Requirements Supplier s Reporting Requirements Reference Schedule 2 clause 5 Report to: Contract Manager Due date The Supplier will report to the Buyer as required by the Buyer. Approved personnel Supplier s Approved Personnel Reference Schedule 2 clause 2.5 Name: Position: Specialisation: Approved Individual(s) [set out name(s) of individual(s) whose involvement in delivering the Services is an essential requirement] Page 17 of 19
23 Services Short Description of the Contract Contract with XXXXX for XXXXX Context [optional] Performance Standards [Describe the background to the Services.] Payment of Fees under this Contract is conditional on the reasonable satisfaction of [name of Contract manager or delegation holder] with the quality of the Services. [State any additional specific performance standards] Deliverables List here OR use table below [What are the specific deliverables the Supplier must complete. Include essential due dates, and fees (if any) that are due upon completion of a deliverable.] Deliverable(s) The Supplier will [insert specific Deliverable(s)] Due date [insert date for completion of Deliverable(s)] Amount due (excluding GST) [insert amount of instalment payable on completion of the Deliverable(s)] Fees, expenses and invoices Fees [choose 1] Reference Schedule 2 clause 3 The Supplier's Fees must be calculated on one of the following bases. If the Supplier reaches the total maximum Fee without completing the Services, the Supplier is required to complete the Services without further payment, unless otherwise agreed in writing. Fixed Fee A fixed Fee of $[ ] excluding GST. Hourly Rate Daily Rate Expenses Reference Schedule 2 clause 3 For each hour worked an Hourly Fee Rate of $[ ] excluding GST, up to a total maximum of $[ ] excluding GST. For each day worked a Daily Fee Rate of $[ ] excluding GST, up to a total maximum of $[ ] excluding GST. One day's work is defined as eight hours. If the Supplier works less than a full day the Fee will be calculated based on the time worked at the agreed Daily Fee Rate 8 x hours worked. No Expenses are payable. OR Actual and reasonable general Expenses The Buyer will pay the Supplier's actual and reasonable Expenses incurred in delivering the Services [up to a total maximum amount of $[ ] excluding GST] Page 18 of 19
24 provided that: 1 the Buyer has given prior written consent to the Supplier incurring the Expenses, 2 the Expenses are charged at actual and reasonable cost, and 3 the claim for Expenses is supported by GST receipts. Support The Buyer will provide no onsite support or accommodation for the Supplier. OR The Buyer will provide the following support for the Supplier: Invoices Reference Schedule 2 clause support services (detail); 2 accommodation (detail); 3 other support (detail) The Supplier will invoice [ t he B u yer s C ontr ac t Man a ger ] for payment, specifying the Services performed, any approved Expenses, and any materials provided. Following receipt of an invoice, the Buyer will pay the Supplier on the 20 th day of the month or as otherwise agreed. Additional matters Changes to Schedule 2 Standard Terms & Conditions Insurance Reference Schedule 2 clause 8.1 Attachments None. OR [Insert changes] It is the Supplier s responsibility to ensure its risks of doing business are adequately covered, whether by insurance or otherwise. None. OR [Description of attachment] Page 19 of 19
25 9(2)(a) privacy 9(2)(a) privacy 9(2)(a) privacy 9(2)(a) privacy 9(2)(a) privacy
26
27
28
29 9(2)(b)(ii) prejudice commercial position
30
31
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 informationRequest for Quote. Social Media Specialist. Bippi, Inc 1606 N Willow View Road Suite 2J1 Urbana IL RFQ released: 07/01/2017
Bippi, Inc 1606 N Willow View Road Suite 2J1 Urbana IL 61801 Request for Quote Social Media Specialist RFQ released: 07/01/2017 Deadline for Questions: 5PM 07/26/2017 Deadline for Quotes: 5PM 08/15/2017
More informationYour guide to LEASING PREMISES
Your guide to LEASING PREMISES Follow these proven steps to achieve a better deal on better premises Introduction Thanks for downloading our eguide on Leasing Premises. It s intended to be a primer that
More informationGuide - Alternative Procurement - Unsolicited Proposals
1 Introduction 1.1 The Guidelines Good ideas are not the preserve of the public sector. AT welcomes unique, innovative and opportune proposals from business and individuals that support its vision and
More informationTransformation Programme. Sourcing Workstream PROCUREMENT PLAN. Inland Revenue. 28/06/2013 v1.0 FINAL Reference:
Inland Revenue Transformation Programme Sourcing Workstream PROCUREMENT PLAN Project Sponsor: Greg James Prepared by: Sourcing Team Date: 28/06/2013 v1.0 FINAL Reference: 2013050 Document Control File
More informationTendering Guidelines
Public Relations Institute of Australia Suit e 506, 83 Yo rk St reet Syd n ey NSW 2000 T: 02 9331 3346 F: 02 9279 3888 w w w.p ria.com.au in f o @p ria.co m.au Tendering Guidelines Appointment of Public
More informationQuotation Procedure TRIM: D12/85125P
Quotation Procedure TRIM: D12/85125P INTRODUCTION This procedure supports the University's Procurement Policy and outlines the process for the procurement of all goods and services for the University of
More informationREQUEST FOR PROPOSAL CWA TRAINING INITIATIVE. February 13, 2018
REQUEST FOR PROPOSAL CWA TRAINING INITIATIVE February 13, 2018-1 - Table of Contents 1. Summary... 3 2. Background of Organization... 3 3. Proposal Guidelines and Requirements... 3-4 4. Contract Terms...
More informationBIS Research & Evaluation Framework. Guide for Buyers
BIS Research & Evaluation Framework Guide for Buyers Framework reference: CR150025BIS BIS Research & Evaluation Framework: Guide for Buyers Update 22 June 2016 1 P age Research & Evaluation Framework Contract
More informationFitout Planning Design Budgeting Fitout Process Post-Construction
A guide to provide you with all the general information involved in planning an office fitout. For further details or to get an exact quote for your project arrange a free consultation with Cadwell. Fitout
More informationPCO 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 informationTemplate for ToR for Transaction Advisory Services
Template for ToR for Transaction Advisory Services Addendum 1 Prepared by Genesis Analytics 4 December 2013 PPP TRANSACTION ADVISOR TERMS OF REFERENCE Terms of reference for transaction advisor services
More informationPacific Horticultural and Agricultural Market Access (PHAMA) Program
Pacific Horticultural and Agricultural Market Access (PHAMA) Program Industry Briefing Canberra, 04 August 2010 1 1 Structure of the RFT Section 1 Part 1: Project Specific Tender Conditions Part 2: Project
More informationEXTERNAL HIRE OF UNIVERSITY FACILITIES AND EQUIPMENT POLICY AND PROCEDURE
EXTERNAL HIRE OF UNIVERSITY FACILITIES AND EQUIPMENT POLICY AND PROCEDURE CONTENTS 1 PURPOSE... 1 2 SCOPE... 1 3 POLICY STATEMENT... 2 Purpose of hire agreements... 2 Types of hire agreements... 2 Hire
More informationManager, Sourcing Supply and Contracts, Grid Projects Approved By:
Procurement Policy ISSUE DETAILS Effective Date: 1 Policy Owner: Chief Executive Officer Written By: Manager, Sourcing Supply and Contracts, Grid Projects Approved By: Transpower Board of Directors Minute
More informationRequest 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 informationInvitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019
Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019 26th May 2016 1. Purpose of this Invitation to Tender (ITT) 1.1. This invitation to tender is for appointment to a three-year framework
More informationFLEXIBLE TRAINING OPPORTUNITIES APPLICATION FORM
FLEXIBLE TRAINING OPPORTUNITIES APPLICATION FORM Instructions for completing this form: To help you complete the application form please read the rules and guidance section and the help notes. Please use
More informationHOW TO DO BUSINESS WITH BANGOR UNIVERSITY A GUIDE FOR SUPPLIERS
HOW TO DO BUSINESS WITH BANGOR UNIVERSITY A GUIDE FOR SUPPLIERS Produced by Bangor University s Corporate Procurement Team July 2016 Version 1.0 CONTENT About this Guide.. 3 Background.. 4 The Procurement
More informationPROCUREMENT AND PURCHASING GUIDELINES
PROCUREMENT AND PURCHASING GUIDELINES Approved by: Chief Financial Officer on 13 December 2011 Date of effect: 13 December 2011. Updated for Delegations amendments: 29 May 2017 (commencing 1 June 2017)
More informationInvitation 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 informationDocument B252TM 2007
Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation
More information2017 Four Year Plan Guide
2017 Four Year Plan Guide June 2016 ISBN: 978-0-478-43458-3 Crown copyright ISBN 978-0-478-43458-3 (Online) This copyright work is licensed under the Creative Commons Attribution 4.0 International licence.
More informationCommissioning and Procurement Toolkit
Commissioning and Procurement Toolkit A Resource for the Voluntary and Community Sector and Social Enterprises January 2016 Commissioning and Procurement Toolkit With government increasingly funding the
More informationPlanning Construction Procurement. A guide to developing your procurement strategy
Planning Construction Procurement A guide to developing your procurement strategy First published October 2015 Revised October 2016 ISBN: 978-1-98-851707-0 (Online) New Zealand Government Procurement PO
More informationPPP procurement processes in New Zealand A review for the New Zealand Treasury
PPP procurement processes in New Zealand A review for the New Zealand Treasury Consultation questions for PPP market participants 24 March 2017 kpmg.com/nz Purpose of this consultation Purpose KPMG has
More informationINFRASTRUCTURE ONTARIO VENDOR PERFORMANCE PROGRAM
INFRASTRUCTURE ONTARIO VENDOR PERFORMANCE PROGRAM TABLE OF CONTENTS Preamble... 1 1. Definitions... 1 2. Purpose... 2 3. Evaluation of Vendor Performance... 3 3.1 Vendor Performance Scorecard... 3 3.2
More informationProfessional Services Contract (PSC) for Consultants Selection Process for NHS Clients
Professional Services Contract (PSC) for Consultants Selection Process for NHS Clients December 2008 Contents Page Contents...2 Introduction...3 The Process Flowchart...4 Project Registration: Step 1...5
More informationEXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services
EXPRESSION OF INTEREST (EOI) LONG FORM Construction Contract Administration Services Generic Document for Request for Proposal (RFP) Assignments Ministry of Transportation of Ontario (MTO) December 2016
More informationMain Contractor Pre-Qualification Questionnaire. French consulate Guangzhou relocation project. 4 th Nov 2016
Main Contractor Pre-Qualification Questionnaire French consulate Guangzhou relocation project 4 th Nov 2016 1 Contents 1. Introduction 1 2. Project Information 1 2.1 Background 1 2.2 Site 1 2.3 Scope of
More informationTECHNICAL EVALUATION
ANNEX C TECHNICAL EVALUATION 1 Technical Bid Format The technical bid must address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the bid will be evaluated
More informationRecruitment and Appointment Policy Responsible Officer. Executive Director, Human Resources Approved by
Recruitment and Appointment Procedure Related Policy Recruitment and Appointment Policy Responsible Officer Executive Director, Human Resources Approved by Executive Director, Human Resources Approved
More informationOutage Protocol: Explanatory note
Outage Protocol: Explanatory note This is the version of the outage protocol (previously in section VII of part F of the Electricity Governance Rules 2003) that the Authority is required to publish by
More informationCOAA EPCM CONTRACT PHILOSOPHY. COAA EPCM Contract Committee
COAA EPCM CONTRACT PHILOSOPHY COAA EPCM Contract Committee 1. Introduction The COAA EPCM Contract Committee, consisting of owner, contractor and affiliate members, has developed a standard form EPCM Contract
More information08 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 informationSupply 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 informationARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)
More informationAssociation of Consulting Engineering Companies British Columbia User Guide to Implementing Qualifications Based Selection
Association of Consulting Engineering Companies British Columbia User Guide to Implementing Qualifications Based Selection Best Practices for Selecting your Design Professional June 2016 USER GUIDE TO
More informationALTERNATE FORMS OF PROJECT DELIVERY
ALTERNATE FORMS OF PROJECT DELIVERY 1 INTRODUCTION 1.1 BACKGROUND.1 In the building industry today, conventional methods of project delivery are being challenged by Clients, Consultants and Contractors
More informationDeliverability Testing
Invitation to Negotiation Stage 1 (ITN1) for the provision of a Prime Provider for the delivery of Integrated Community Services to NHS Bath and North East Somerset CCG and Bath & North East Somerset Council
More informationREDUCE REUSE RECYCLE RECOVER. Calculation and Payment of the Waste Disposal Levy GUIDANCE FOR WASTE DISPOSAL FACILITY OPERATORS VERSION TWO
REDUCE REUSE RECYCLE RECOVER Calculation and Payment of the Waste Disposal Levy GUIDANCE FOR WASTE DISPOSAL FACILITY OPERATORS VERSION TWO Disclaimer While every effort has been made to ensure that this
More informationSupplier Panel User Guide Interactive Technologies
Supplier Panel User Guide Interactive Technologies Prepared by: Procurement, Strategy Finance IT and Commercial, Massey University, January 2016 Updated: 26/1/2017. Sitech contact details corrected. Target
More informationStrata Managing Agent s Licence
Course Brochure Strata Managing Agent s Licence CPP40516 Certificate IV in Strata Community Management The Australian College of Professionals conducts a full strata managing agent s licensing program
More informationINVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm
INVITATION TO TENDER (ITT) NAME OF COMPANY: QUILTER CHEVIOT LIMITED TENDER FOR: The Quilter Cheviot DEMENTIA INITIATIVE TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL 2018 5pm 1. INTRODUCTION AND BACKGROUND
More informationINVITATION 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 informationStrategic Plan for the Canadian Mental Health Association- PEI Division
Strategic Plan for the Canadian Mental Health Association- PEI Division Request for Proposals 1. Objective The objective of this Request for Proposal (RFP) is to solicit proposals from consultants experienced
More informationRECRUITMENT AND SELECTION PROCEDURE A202290
RECRUITMENT AND SELECTION A202290 TABLE OF CONTENTS 1. OBJECTIVE...3 2. MODES OF EMPLOYMENT AND REQUIREMENTS...3 3. JOB DESCRIPTION FORM (JDF)...4 4. ADVERTISING VACANCIES...4 5. SELECTION PANEL...5 6.
More informationJob Description: Property Assistant
Purpose of the Post Job Description: Property Assistant The Property Assistant is a key member of the Property team and is responsible for co-ordinating the administration of building repair and maintenance
More informationProcurement Options for NZ Construction Contracts
1 P a g e Tool Box Resource Procurement Options for NZ Construction Contracts A wide variety of contract arrangements have evolved in NZ for use on construction contracts. The following describes the most
More informationRequest for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016
Labour Supply-Demand Study Reference Number: 1605-01 Issued: May 9, 2016 Responses Due: May 23, 2016 Calgary Economic Development Ltd. 731 1 st Street SE Calgary, AB T2G 2G9 Phone: (403) 221-7831 or 1-888-222-5855
More informationBoard Charter Z Energy Limited
Board Charter Z Energy Limited Z Energy Limited ( Z Energy ) is committed to the highest standards of corporate governance. This Board Charter ( Charter ) is the foundation document which sets out the
More informationProject phases II. Tendering-constructionoperation
Project phases II. -constructionoperation Construction management 2. Lepel BME Department of Construction Technology and Management 09.03.2016 Project phases time Inception initiation Preliminary analysis
More informationREQUEST 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 informationQuaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP)
Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP) Statutory Audit Services for the Year ending June 30,2017 (Khalid Parvaiz) General Manager (Admin & HR) Quaid-e-Azam Thermal Power (Pvt.)
More informationProject phases II. Tendering-constructionoperation
Project phases II. -constructionoperation Construction management 2. Lepel BME Department of Construction Technology and Management 04.03.2015 Project phases time Inception initiation Preliminary analysis
More informationEU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT)
COMHAIRLE CATHRACH CHORCAÍ CORK CITY COUNCIL CANDIDATE INFORMATION BOOKLET Please Read Carefully EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT) DETAILS OF QUALIFICATIONS AND
More informationInvitation to Tender
Part 1 Covering letter Invitation to Tender Activity: IDINO-0112 Panel for Research Organization(s) Dear Tenderer, As managing contractor for Innovation for Indonesia s School Children (INOVASI), PT Palladium
More informationST MATTHEW S HOUSING ASSOCIATION LIMITED INTERNAL AUDIT SERVICES INVITATION TO TENDER
ST MATTHEW S HOUSING ASSOCIATION LIMITED INTERNAL AUDIT SERVICES INVITATION TO TENDER Tenders must be received at the Association offices no later than 12.00 p.m. Wednesday 4th November 2015. CONTENTS
More informationVenue for World Water Week in Stockholm
January 13, 2017 INVITATION TO PARTICIPATE Venue for World Water Week in Stockholm 2018-2020 STOCKHOLM INTERNATIONAL WATER INSTITUTE Box 101 87 SE-100 55, Stockholm, Sweden Visiting Address: Linnégatan
More informationCUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date
CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER
More informationBusiness Case Guidelines for Investment in Information Technology
Business Case Guidelines for Investment in Information Technology Citation: Ministry of Health. 2004. Business Case Guidelines for Investment in Information Technology. Wellington: Ministry of Health.
More informationPW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE
Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY
More informationRFP Restructuring Advisory Committee: Water and Sewer Question and Answer. Question Cut-Off 2/13/17
RFP 2017-0007 Restructuring Advisory Committee: Water and Sewer Question and Answer Question Cut-Off 2/13/17 1. What is the estimated value of the sewer system? Determining an appropriate valuation of
More informationMarket Procedure: Network Control Services
ELECTRICITY INDUSTRY ACT 2004 ELECTRICITY INDUSTRY (WHOLESALE ELECTRICITY MARKET) REGULATIONS 2004 WHOLESALE ELECTRICITY MARKET RULES Market Procedure: Network Control Services Version 2 Commencement:
More informationWorkforce Investment Board Of Southeast Missouri
Workforce Investment Board Of Southeast Missouri Request for Proposals For Consultant Sector Strategies and Workforce Development Planning Services to be Delivered August 1, 2015 August 1, 2016 RFP Issue
More informationCONSENT AND MODERATION REQUIREMENTS (CMR) for Plastics Processing Technology
CONSENT AND MODERATION REQUIREMENTS (CMR) for Plastics Processing Technology Contact (version 5) Quality Assurance Manager Competenz PO Box 9005 Newmarket Auckland 1149 Telephone 0800 526 1800 Fax 09 539
More informationTOPIC GUIDE: TEMPLATE FOR TENDER DOCUMENTATION
TOPIC GUIDE: TEMPLATE FOR TENDER DOCUMENTATION Attached is a template which can be used when competitively tendering. It consists of: Covering Letter - You may wish to make slight amendments. Terms and
More informationPlanning Construction Procurement. A guide to health and safety and employment standards at work
Planning Construction Procurement A guide to health and safety and employment standards at work First published October 2015 Revised October 2016 ISBN: 978-1-98-851709-4 (Online) New Zealand Government
More informationScheme of Delegation
Purpose: Scheme of Delegation The Academy Trust is responsible for the financial management of the Manor Learning Trust to ensure the best possible education for its students. In order to allow Manor School
More informationINVITATION 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 informationTERMS OF REFERENCE FOR HIRING A DESIGN AND SUPERVISION CONSULTANT
TERMS OF REFERENCE FOR HIRING A DESIGN AND SUPERVISION CONSULTANT A Project Title: ENHANCING THE RESILIENCE OF TOURISM RELIANT COMMUNITIES TO CLIMATE CHANGE RISKS B Project Description or Context and Background:
More informationLOWER MANHATTAN DEVELOPMENT CORPORATION
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development
More informationHuman Resource. Financial. Delegation Manual 2008
Human Resource & Financial Delegation Manual 2008 CONTENTS: Delegation of for Policy and Procedures Page 4 Policy Purpose of this document Principles Definitions Delegations Human Resources Page 6 Salary,
More informationDATE: 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 informationPRE-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 informationST AUGUSTINE S PARISH SCHOOL
2014 ST AUGUSTINE S PARISH SCHOOL Position: MARKETING & COMMUNICATIONS OFFICER / WHS CO-ORDINATOR Non-Teaching (Permanent) - 35 Hours per Week Subject(s): ESO Grade 4-42 weeks Commencing: 25 Aug 2014 Role
More informationOhio Public Employees Retirement System. Request for Proposal
Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program
More informationProcurement Document
Procurement Document (Dynamic Purchasing System) Application to enter Community Health Improvement Services Dynamic Purchasing Services Dynamic Purchasing System Dorset County Council, Dorset Procurement,
More informationPROCUREMENT GUIDELINES FOR DEVELOPER DELIVERED INFRASTRUCTURE
PROCUREMENT GUIDELINES FOR DEVELOPER DELIVERED INFRASTRUCTURE SEPTEMBER 2017 VERSION: 1.0 TABLE OF CONTENTS Table of Contents... 2 1 INTRODUCTION... 3 1.1 Objective... 3 2 REVIEW OF PROCUREMENT APPROACH...
More informationGOVERNMENT OF GRENADA GEOTHERMAL RESOURCE DEVELOPMENT PROJECT
GOVERNMENT OF GRENADA GEOTHERMAL RESOURCE DEVELOPMENT PROJECT TERMS OF REFERENCE GEOTHERMAL ENERGY PROJECT COORDINATOR 1 P a g e 1. BACKGROUND The Government of Grenada wishes to progress the development
More informationConstruction Supervision Skills
An Intensive 5 Day Training Course Construction Supervision Skills 16-20 Sep 2018, Dubai 22-MAY-18 R.E.P. ID: 4349 The Registered Education Provider (R.E.P. ID:4349) status with the Project Management
More informationHong Kong Science & Technology Parks Corporation Request for Quotation on Cisco IP Phones (Ref: RFQ-IT )
Hong Kong Science & Technology Parks Corporation Request for Quotation on Cisco IP Phones (Ref: RFQ-IT-201711004) Hong Kong Science & Technology Parks Corporation (HKSTP) would like to invite vendor to
More informationEARTHQUAKE- PRONE BUILDINGS POLICY
EARTHQUAKE- PRONE BUILDINGS POLICY 2009 1. Introduction CONTENTS 2. Policy Objectives and Principles 3. Key Policy Components - Assessing earthquake-prone buildings - Standard of strengthening required
More informationProcurement Policy. Department Owner. Finance & Resources (National) Section Owner. Procurement. Approver. E-ACT Audit & Risk Committee
Procurement Policy Department Owner Section Owner Approver Finance & Resources (National) Procurement E-ACT Audit & Risk Committee Date Approved July 2015 Review Date July 2017 E-ACT Procurement Guidelines
More informationLevel 3 NVQ Diploma in Controlling Lifting Operations Supervising Lifts (Construction)
Level 3 NVQ Diploma in Controlling Lifting Operations Supervising Lifts (Construction) Qualification Specification ProQual 2017 1 Contents Page Introduction 3 Qualification profile 3 Qualification structure
More informationTENDER SPECIFICATION DOCUMENT East Midlands Business Ltd
TENDER SPECIFICATION DOCUMENT East Midlands Business Ltd UK Trade & Investment Provision of Venue Sourcing Services for East Midlands Business Ltd Reference Number IEM VSS Tender for the Supply of Provision
More informationGuidance on Stage 1 Transfers: Everything you need to know
Guidance on Stage 1 Transfers: Everything you need to know Version 6.0 Officer contacts: APCC Oliver Shaw oliver.shaw@apccs.police.uk 07714399756 APCCE Miranda Caruthers-Watt Miranda.Carruthers-Watt@lancashire.gov.uk
More informationCRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST
Request for Quote CRISP Azure Migration Consulting Services Friday, July 7th, 2017 All responses due no later than Friday, July 21 st, at 5pm EST 1 Request for Quote RFQ TO ALL RESPONDERS CRISP Azure Migration
More informationSPONSORSHIP PROSPECTUS
SPONSORSHIP PROSPECTUS AIFS 2018 Conference 25 27 July 2018 Melbourne Convention and Exhibition Centre What matters most to families in the 21st century? The Australian Institute of Family Studies 2018
More informationT 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID
T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close
More informationREQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN
THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request
More informationProcurement Process: Architects & Professional Engineering Services. Procurement.
Procurement Process: Architects & Professional Engineering Services Procurement www.novascotia.ca/tenders Updated: February 2017 Table of Contents Contents INTRODUCTION:... 3 APPLICATION:... 3 SCOPE of
More informationPlymouth Hospitals NHS Trust Business Case for replacement Managed Equipment Service
Plymouth Hospitals NHS Trust Business Case for replacement Managed Equipment Service Purpose The Business Case describes and seeks approval to award the contract for the replacement of the existing Pathology
More informationAccredited skills development provider means a provider of occupational learning accredited by the QCTO;
POLICY ON DELEGATION OF QUALIFICATION DESIGN AND ASSESSMENT TO DEVELOPMENT QUALITY PARTNERS (DQPs) AND ASSESSMENT QUALITY PARTNERS (AQPs) 22 June 2011 1 GLOSSARY OF TERMS AS USED IN THIS DOCUMENT Accredited
More informationDate: 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 informationREQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH FIRM
REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH FIRM George Jeffrey Children s Foundation (the Foundation) has initiated a Request for Proposal (RFP) process to identify a search firm who can assist and facilitate
More informationPRE-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 informationINTERNAL AUDIT OF PROCUREMENT AND CONTRACTING
OFFICE OF THE COMMISSIONNER OF LOBBYING OF CANADA INTERNAL AUDIT OF PROCUREMENT AND CONTRACTING AUDIT REPORT Presented by: Samson & Associates February 20, 2015 TABLE OF CONTENT EXECUTIVE SUMMARY... I
More informationInnovate 2 Succeed Invitation to Tender External Evaluator - June 2017
1. Introduction: Innovate 2 Succeed Invitation to Tender External Evaluator - June 2017 1.1 Invitation to Tender This is an invitation to submit a tender to provide services ( Services ) to meet the requirements,
More informationREQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL
5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,
More information