BANK OF UGANDA. Republic of Uganda BIDDING DOCUMENT
|
|
- Cordelia Sherman
- 5 years ago
- Views:
Transcription
1 BANK OF UGANDA Republic of Uganda BIDDING DOCUMENT EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES FOR DATA WAREHOUSE, BUSINESS INTELLIGENCE STRATEGY AND IT APPLICATIONS RATIONALISATION SUBJECT OF PROCUREMENT: PROCUREMENT REF. NO. DATE OF ISSUE: EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES FOR DATA WAREHOUSE, BUSINESS INTELLIGENCE STRATEGY AND IT APPLICATIONS RATIONALISATION BOU/SRVCS/15-16/00120 November 26, 2015 Page 1 of 17
2 1. Introduction Bank of Uganda has allocated funds to be used for the acquisition of Consultancy services for Data Warehouse, Business Intelligence Strategy, and IT Applications Rationalization 2. Purpose This request for EOI is intended to identify highly skilled and experienced firms that have the capacity to of consultancy services for data warehouse, business intelligence strategy and it applications rationalization. After review and evaluation of the Proposals submitted by firms, the Bank will shortlist eligible firms that will be invited to bid for Consultancy services for Data Warehouse, Business Intelligence Strategy, and IT Applications Rationalization. 3. Scope a. For DATA-WAREHOUSE AND BUSINESS INTELLIGENCE STRATEGY Abstract The Bank of Uganda (BOU) intends to undertake a Data-Warehouse and Business Intelligence (DW/BI) initiative. The main objectives of this initiative are: 1.To establish means by which the public and other external stakeholders can access timely and accurate data in a convenient manner, thereby improving BOU s information provision services. 2.To establish means by which BOU s analysts and decision-makers can access timely and accurate data and analyse it in a convenient manner, thereby improving internal decision making. 3.To complete the decommissioning of obsolete and discontinued applications, by migrating data from such applications to the data warehouse. 4.To reduce the performance constraints on operational applications by transferring the reporting of historical data to the data warehouse. 5.To facilitate the implementation of the planned EAC Central Bank Enterprise Data Warehouse. It is envisaged that the DW/BI initiative will encompass a portfolio of projects addressing aspects such as organizational change management, data modeling, data quality assessments, data cleansing and verification, and the acquisition and implementation of IT solutions. The approach taken to execute this initiative should meet the following expectations: 1.The initiative should be executed in accordance with best practices for designing and implementing data warehouses and business intelligence tools in order to promote the realization of the expected benefits. Page 2 of 17
3 2.The initiative shall as far as practicable leverage existing tools and skills. 3.The initiative shall be executed in accordance with the Enterprise Data Warehouse implementation recommendations for East African Community central banks as documented in the EAC Harmonisation of IT Infrastructure and Solutions for EAC Central Banks Report. BOU therefore seeks the services of Consultants to perform the tasks described below: Work Description Reporting to the designated Project Steering Committee Chairman, the Consultants shall carry out the following tasks: 1. Carry out stakeholder interviews and document reviews to establish: a) The Bank s data-warehouse and business intelligence requirements addressing both internal and external stakeholders; b) Existing staff and organisational competencies relevant to the DW/BI initiative; and, c) The relevant implementation recommendations for EAC central banks. 2. Review the existing data sources, operational applications, IT infrastructure, databases and business tools that may be relevant to the DW/BI initiative. 3. Make a presentation to BOU stakeholders of findings and preliminary recommendations. 4. Document the Bank of Uganda DW/BI Strategy, which should include: a)recommendations for the organisational set-up and staffing, as well as skill sets that would be necessary to establish and sustain the DW/BI initiative. b) Recommendations for the DW/BI technical platforms taking into account existing IT tools and skills. c) Recommendations for the implementation road-map, arranged in a phased and prioritized manner. d)a Business Case justifying the execution of the strategy, which should detail the expected benefits, anticipated risks and estimated costs. 5.Develop draft requirements, specifications and TORs to be used by BOU to procure goods and services required for the DW/BI initiative, and consistent with the implementation roadmap. 6.Make a final presentation to BOU stakeholders, and submit the deliverables. Deliverables 1. Bank of Uganda Data-Warehouse and Business Intelligence Strategy. 2. Draft requirements, specifications and TORs. 3. Presentations to BOU Stakeholders. Page 3 of 17
4 4. Final Consulting Report. Expected Duration It is expected that the assignment shall be concluded within four to six (4 6) weeks. Required Qualifications and Experience 1. The Consultants should have at least five (5) years experience in the data warehousing and business intelligence area, either working for an organization to establish and/or sustain data warehousing and business intelligence operations, or working for a vendor or consulting firm to implement data warehousing and business intelligence solutions for clients. 2. The Consultants should have at least five (5) years experience providing IT-related consulting services, including at least three (3) years experience providing such services to public sector and financial institutions, and preferably central banks. b. FOR APPLICATIONS RATIONALISATION Abstract The Bank of Uganda (BOU) operates a number of IT applications that it has acquired over the years. IT application acquisitions continue to be planned and executed to meet the evolving needs of the bank and its customers. These applications may be roughly categorized as follows: 1.Applications that automate Bank of Uganda s functions as a central bank for example applications for transaction clearing and settlement, securities management and trading, and financial institution supervision. 2. Applications that automate Bank of Uganda s functions as a bank for example core banking and payment facilitation applications. 3. Applications that automate generic operations for example Enterprise Resource Planning (ERP) systems and office automation applications. The Bank has tended to pursue a best of breed strategy for acquiring applications. As more and more applications have been acquired, and as the capabilities of the applications themselves have been enhanced by their vendors, it has been observed that: 1. The existing IT applications were under-utilised and/or over-specified. 2. There was a duplication of functionality among the certain IT applications. It was further observed that if these IT applications were rationalized, this could result in cost savings on licensing and maintenance, IT infrastructure, and support and training. BOU therefore seeks the services of Consultants to perform the tasks described below: Work Description Reporting to the Effective Information Management Committee and designated offices, the Consultants shall carry out the following tasks: 1. Carry out stakeholder interviews and document reviews to establish: a) The Bank of Uganda s business objectives, priorities and strategies. b) The Bank of Uganda s current business processes and practices. c) The Bank of Uganda s current portfolio of IT applications. d)the Bank of Uganda s planned IT application acquisitions over the next one to three years. Page 4 of 17
5 2. Assess the alignment of implemented and planned IT applications with the Bank s business objectives, priorities, processes and practices. 3. Assess functionality overlaps between already implemented IT applications, as well as potential overlaps between implemented and planned IT applications. 4. Make a presentation to BOU stakeholders of findings and preliminary recommendations. 5. Document an IT Applications Rationalization Roadmap, which should include: a)identified IT applications whose functionality is inconsistent with the Bank s business objectives, priorities, processes and practices. b)identified functionality overlaps between: between already implemented IT applications; and, between planned and already implemented IT applications c) Recommendations for the phased rationalization of the Bank s IT application portfolio, complete with recommended timeframes and estimated cost savings. 6.Make a final presentation to BOU stakeholders, and submit the deliverables. Deliverables 1. Presentations to BOU Stakeholders. 2. Final Consulting Report BOU IT Applications Rationalization Roadmap. Expected Duration It is expected that the assignment shall be concluded within to (6 9) weeks. Required Qualifications and Experience 1. The Consultants should have prior experience in carrying out similar IT applications rationalization work at least three (3) organizations of similar size and complexity to the Bank of Uganda. 2. The Consultants should have at least five (5) years experience providing IT-related consulting services, including at least three (3) years experience providing such services to public sector and financial institutions, and preferably central banks. Page 5 of 17
6 4. Instruction to bidders 4.1 Bidder Participation A Bidder, and all parties constituting the Bidder, shall meet the following criteria to be eligible to participate in public procurement: (a) the bidder has the legal capacity to enter into a contract; (b) the bidder is not: (i) insolvent; (ii) in receivership; (iii) bankrupt; or (iv) being wound up (c) the bidder s business activities have not been suspended by either the PPDA or other International Bodies such as IMF,World Bank, UN, AfDB, etc to which Uganda is a member. (d) the bidder is not the subject of legal proceedings for any of the circumstances in (b); and (e) the bidder has fulfilled his or her obligations to pay taxes and social security contributions where applicable A Bidder may be a natural person, private entity, government-owned entity, or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all parties shall be jointly and severally liable. For bids submitted by an existing or intended JV, a Power of Attorney from each member of the JV nominating a Representative in the JV and a Power of Attorney from the JV nominating a representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution The Bidder shall prepare one original of each of the documents comprising the Proposal as described and clearly marked ORIGINAL. In addition, the Bidder shall submit 1 copy of the Proposal, and a soft copy on a CD. In the event of any discrepancy between the original and the copies, the original shall prevail The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the Bidder. This authorisation shall consist of a Power of Attorney which if signed in Uganda shall be registered and if signed outside Uganda, shall be notarized and shall be attached to the bid. The name and position held by each person signing the authorisation must be typed or printed below the signature. All pages of the bid, except for unamended printed literature, shall be signed or initialled by the person signing the bid A firm that is under a declaration of suspension by any Authority, at the date of the deadline for bid submission or thereafter before contract signature, shall be disqualified Government-owned enterprises shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law Bidders shall provide such evidence of their continued eligibility satisfactory to the Procuring and Disposing Entity, as the Procuring and Disposing Entity shall reasonably request. All related supplies and staff employed under the contract shall have their origin or nationality in an eligible country. 4.2 Qualification of the Bidder To establish its qualifications to perform the Contract, the Bidder shall complete and submit: (a) The Experience in providing similar IT consulting services detailing the scope of projects previously undertaken, the value of the contract and contact details of at least 3 entities for which the services were performed. (b) Following the Bidder Presentations, the Bank shall select three clients of best Page 6 of 17
7 evaluated bidders at the technical evaluation stage and conduct site visits to their customer reference sites provided. The site visits will enable BOU to verify the technical capacity of the bidder to carry out the required consulting services to establish the clients experience and customer service efficiency. (c) The information and eligibility documents detailed in section EOI preparation cost The Bidder shall bear all costs associated with the preparation and submission of the EOI. The Bank shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process All documents submitted with the EOI shall not be returnable. 4.4 Right to accept and reject any or all the EOI The Bank reserves the right to accept or reject any EOI or annul the short listing process at any time in the process. 5. Preparation and submission of EOI document 5.1 Language All information in the EOI must be in English. Information in any other language, if not accompanied by an authenticated translation in English, shall not be considered. In the event of any discrepancy between the offer in a language other than English and its English translation, the English translation shall prevail. 5.2 Correspondences/ inquiries Any inquiries to Bank of Uganda concerning this Request for EOI shall be submitted to the Director Procurement and Disposal Department, Bank of Uganda, not later than November 26, 2015 at 3.00pm (EAST). All correspondence to Bank of Uganda shall be in writing and signed by the authorized person Correspondences by fax, or any electronic/digital format shall be regarded as advance information only, which should be immediately followed by the original copy submitted by courier or registered mail Bank of Uganda responses shall be in writing on official letterhead and shall also be posted on the Bank Website ( under the Procurement tab not later than December 4 at 3.00pm (EAST). 6.3 Amendment of EOI Document Before the deadline for submission of EOI, the EOI document may be modified by the Bank by issue of Addendum Any Addendum issued shall be part of the EOI Document To give prospective Bidders reasonable time in which to take the Addendum into account in preparing their EOI, extension of the deadline for submission of EoIs may be given as considered necessary by the Bank. Page 7 of 17
8 6.5 Submission of EOI Sealed envelope(s) should be delivered and dropped in a bid box marked EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES FOR DATA WAREHOUSE, BUSINESS INTELLIGENCE STRATEGY AND IT APPLICATIONS RATIONALISATION, located in the Procurement and Disposal Department Office on Third Floor, Office Suite 3E-05, Bank of Uganda, Headquarters not later than December 18, 2015 at 3.00pm (EAST) Bidders who may wish to courier their EOI should allow for sufficient time to ensure timely receipt of their EOI Any submission made after the close of submission date and time will be rejected Bank of Uganda reserves the right to accept or reject any submission and is not bound, committed nor obliged to shortlist any provider who has expressed interest. 6.6 Evaluation For the short listing process, the Bank will determine whether each EOI is responsive to the requirements of the EOI Document. The EOI shall be considered responsive if: a) It contains all the information and documents as requested in section 7.1 below. b) It contains information in formats specified in this EOI Document as per appendices attached. c) In case of the Consortium, Joint venture bid, the requirements in 5.1.2, and should be met. d) There should not be inconsistencies between the EOI and the supporting documents. e) Non responsive proposals will be rejected. Page 8 of 17
9 SECTION 2: 6. Qualification Criteria Interested Bidders should meet all the requirements in the criteria below: Section No. Criteria Documentary Evidence Weight/ Score 7.1 Eligibility a) A certificate of registration of the Firm or its equivalent; b) A latest Trading License of the Firm or its equivalent; c) A Certificate of Registration by the PPDA or any other Authority for bidders currently registered with the Authority; d) Evidence of fulfilment of obligations to pay taxes and social security contributions where applicable; e) A signed statement indicating that the vendor does not have a conflict of interest in the subject of procurement; f) Company Profile information concerning the firm s activities. g) Registered/Notarized Power of Attorney 7.2 Technical The Bidder has to demonstrate that he has the required capacity to carry out the project, in terms of: The Consultant (s) should have at least five (5) years experience in the data warehousing and business intelligence area, either working for an organization to establish and/or sustain data warehousing and business intelligence operations, or working for a vendor or consulting firm to implement data warehousing and business intelligence solutions for clients. The Consultants should have at least five (5) years experience providing IT-related consulting services, including at least three (3) years experience providing such services to public sector and financial institutions, and preferably central banks. The Consultants should have prior experience in carrying out similar IT applications rationalization work at least three (3) organizations of similar size and complexity to the Bank of Uganda. The Consultants should have at least five (5) years experience providing IT-related consulting services, including at least three (3) years experience providing such services to public sector and financial institutions, and preferably central banks. Conclusive information on the vendor s technical and human capacities, knowledge and resources. Detailed information on the qualification of the key personnel available to be deployed for this project. Such evidence has to include; CV s of the project leader, project site manager and the key positions which the vendor/ contractor intends to deploy for this project. C/NC 60 Page 9 of 17
10 Section No. Criteria Documentary Evidence Weight/ Score The experience and qualifications should be relevant to the specified required consulting services, i.e. Consultancy Services for Data Warehouse, Business Intelligence Strategy and IT Applications Rationalization, 7.3 Technical Work orders and or completion Certificates or client certificate for completed works Name of the client organization, Name, telephone and address of the contact person. Project type and size. Project duration and budget. Location of project and year of completion. Technical details of project and expertise applied, including the extent of the project complexity. Reference letters from the most recent clients where similar consulting services have been offered or copies of completed contracts or purchase orders Financial Strength Only work orders with relevant experience shall be considered for evaluation. Duly audited Financial statements for the last three years from the date notice of this EOI. p/f THE QUALIFICATION MARK SHALL BE 75% SECTION 3: TECHNICAL FORMS Forms for Personnel Form 1: Proposed Personnel Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate. 1. Title of position Name 2. Title of position Name 3. Title of position Name 4. Title of position Name 5. Title of position Name Form 2: CV of Proposed Personnel Page 10 of 17
11 The Bidder shall provide all the information requested below. Fields with asterix (*) shall be used for evaluation. Position* Personnel information Present employment Name * Professional qualifications Name of Employer Address of Employer Date of birth Telephone Contact (manager / personnel officer) Fax Job title Years with present Employer Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From* To* Company, Project, Position, and Relevant Technical and Management Experience* Page 11 of 17
12 Form 3: Qualification Forms To establish its qualifications to perform the contract, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder Form 3a) Bidder Information Sheet Date: Bidding No.: Page of _ pages Invitation for Bid No.: 1. Bidder s Legal Name: 2. In case of JV, legal name of each party: 3. Bidder s actual or intended Country of Registration: 4. Bidder s Year of Registration: 5. Bidder s Legal Address in Country of Registration: 6. Bidder s Authorized Representative Information Name: Address: Telephone/Fax numbers: Active Address: 7. Attached are copies of original documents of: In case of JV, letter of intent to form JV including a draft agreement, or JV agreement In case of government owned entity from the Employer s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law. Page 12 of 17
13 Form 3b) Party to JV Information Sheet Date: Bidding No.: _ Invitation for Bid No.: Page of_ pages 1. Bidder s Legal Name: 2. JV s Party legal name: 3. JV s Party Country of Registration: 4. JV s Party Year of Registration: 5. JV s Party Legal Address in Country of Registration: 6. JV s Party Authorized Representative Information Name: Address: Telephone/Fax numbers: Address: 7. Attached are copies of original documents of: Certificate of Incorporation or Registration of firm named in 1, above. In case of government owned entity from the Purchaser s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law. Page 13 of 17
14 FORM 4 - Financial Analysis Historical Financial Performance Bidder s Legal Name: JV Partner Legal Name: Page _ of _ pages Date: Bidding No.: To be completed by the Bidder and, if JV, by each partner Financial information in UGX equivalent Information from Balance Sheet Total Assets (TA) Total Liabilities (TL) Historic information for previous ( ) years (UGX equivalent in 000s) Year 1 Year 2 Year 3 Year Year n Avg. Avg. Ratio Net (NW) Worth Current Assets (CA) Current Liabilities (CL) Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT) Please Attach copies of Complete Audited financial statements for the last three years. Page 14 of 17
15 Form 5 Average Annual Turnover Bidder s Legal Name: Date: JV Partner Legal Name: Bidding No.: Page _ of _ pages Annual turnover data (construction only) Year Amount and Currency UGX equivalent *Average Annual Construction Turnover *Average annual turnover calculated as total certified payments received for work in progress or completed over the number of years specified in Section III, Sub-Factor 6.3.2, divided by that same number of years. Page 15 of 17
16 FORM 6 Experience General Experience Bidder s Legal Name: _ JV Partner Legal Name: _ Date: Bidding No.: Page _ of _ pages Starting Month / Year Ending Month / Year Years* Contract Identification Role of Bidder Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address: Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address: *List calendar year for years with contracts with at least nine (9) months activity per year starting with the earliest year Page 16 of 17
17 We, the undersigned, declare that (a) the information contained in and attached to these forms is true and accurate as of the date of bid submission: or [delete statement which does not apply] (b) the originally submitted pre-qualification information remains essentially correct as of the date of bid submission. Signed: [signature of person whose name and capacity are shown below] Name: [insert complete name of person signing the Qualification Form] In the capacity of [insert legal capacity of person signing the Qualification Form] Duly authorized to sign the Qualification Form for and on behalf of: [insert complete name of Bidder/Member of Joint Venture] Dated on day of, _ [insert date of signing] MANAGEMENT NOVEMBER 2015 Page 17 of 17
Section IV. Bidding Forms
Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...
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 informationSection 6: Returnable Bidding Forms / Checklist
Section 6: Returnable Bidding Forms / Checklist This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding Forms in accordance with the instructions in the
More informationJUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI
TANATHI WATER SERVICES BOARD K.I.D.P. Bldg., Kalawa Rd., Private Bag, Kitui. Phone: 020 8009628/044-4422416 Telefax: +254 044-44221O8/4422417 Email: tanathiwsb@gmail.com PRE-QUALIFICATION DOCUMENT FOR
More informationCHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI
PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY
More informationPRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD
PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100
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 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 informationMaster degree in the field of Computer Science and/or Information Technologies At least 10 (ten) years of professional experience in the field of design, development and implementation of software solutions
More informationMINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN
MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF HVAC WORKS AT OFFICE BUILDING FOR PAKISTAN INSTITUTE OF TRADE AND DEVELOPMENT, SECTOR H-8/4, ISLAMABAD PRE-QUALIFICATION
More informationMADHYA 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 informationREGISTRATION 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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL Implementation of an Electronic Integrated Human Resources Information System Table of Contents 1.0 introduction... 1 2.0 ELIGIBILITY TO TENDER... 1 3.0 TIME SCALE... 2 4.0 OBJECTIVES
More informationSTANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS
PGCL/SYS/PRO/FLR-02 STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PROCUREMENT DEPARTMENT PAK GULF Construction (Pvt) Ltd ISLAMABAD TABLE OF CONTENTS DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...
More informationEoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for
Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/17; Dated September 15, 2018 NOTICE INVITING EXPRESSION
More informationPre Qualification Document
Pre Qualification Document PREPARATION OF MASTER PLAN OF WATER SUPPLY, SEWERAGE, DRAINAGE AND GROUNDWATER MANAGEMENT SYSTEM FOR SHEIKHUPURA, KASUR & NANKANA SAHIB DISTRICTS Lahore Development Authority
More informationEoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for
Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/15; Dated September 15, 2018 NOTICE INVITING EXPRESSION
More informationDeadline for documents submission June 11, 2009 before 12:00 hours (local time)
United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces
More informationPREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent)
PREQUALIFICATION DOCUMENT Development and Implementation of ERP (Oracle / SAP or Equivalent) June, 2016 First Floor 7 C-1, Gulberg-III, Lahore-Pakistan Phone: +92 (42) 35750936-8 Fax: +92 (42) 35750939
More informationInternational Peace Support Training Centre Westwood Park P O Box Karen, Kenya
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO.IPSTC/PREQ/2016/2017/231FOR REGISTRATION OF SUPPLIERS FOR PROVISION OF TENTS CHAIRS
More informationSection 4 - Bidding Forms
Section 4 - Bidding Forms 4-1 Section 4 - Bidding Forms This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid. Table of Forms Letter of Bid... 2 Schedules...
More informationPre-Qualification of Contractors (Prequalification Document) October 2017
Supply, Installation & Operation and maintenance of autoclave based healthcare waste treatment facility for Infectious hospital waste in Lahore, Pakistan Pre-Qualification of Contractors (Prequalification
More informationSTANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR
COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)
More informationEXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105
United Nations Development Programme (UNDP) EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/10 Country: Pakistan The United Nations Development Programme (UNDP) in Pakistan would like to
More informationPunjab Thermal Power (Pvt) Limited
Punjab Thermal Power (Pvt) Limited REQUEST FOR EXPRESSION OF INTEREST Services required for External Audit, Half yearly review, Code of Corporate Governance (CCG) Compliance and Generation License (GL)
More informationINVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS
INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS Title: 530 and 531 KOS 4000 restoration of wall paintings of Bogorodica Ljeviska Church in Prizren Safeguard of Cultural Page 1 of 24 INVITATION
More informationPRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA
PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA Head Office: 120 Industrial Estate, Jamrud Road, Hayatabad,
More informationRESERVE BANK OF MALAWI
RESERVE BANK OF MALAWI Request for Proposals Document for the Business Process Reengineering Subject of Procurement Business Process Reengineering Procurement Reference Number RBM/HR/001/15 Basis of Selection
More informationCasework 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 informationEXPRESSION OF INTEREST (EOI)
EXPRESSION OF INTEREST (EOI) Shortlisting of Agencies for selection as Parking Managers for operation and management of Parking Areas in the city of Bhubaneswar Issued by Bhubaneswar Smart City Limited,
More informationSCHOOL 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 informationGUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For
GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS For Removal of Asbestos Roof Sheets and Replace with Galvalume At Garden of Eden and Canefield Contract No. GPL-PI-082-2013 June 2013 Contents
More informationGUJRANWALA ELECTRIC POWER COMPANY LIMITED
GUJRANWALA ELECTRIC POWER COMPANY LIMITED Request for Proposal (RFP) FOR APPOINTMENT OF STATUTORY (EXTERNAL) AUDITORS COMPANY SECRATORY GUJRANWALA ELECTRIC POWER COMPANY LIMITED Room # 50, 565-A MODEL
More informationREPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS
REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT P.O. BOX 2344-00900 KIAMBU-KENYA THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS TENDER NO. KCG/HEALTHSERVICES/005/2016-2017- 2018 REGISTRATION
More informationEXPRESSION OF INTEREST (EoI) Supply, Installation, Operation and Maintenance of Water Treatment Technology for Ranney Wells Noida, Uttar Pradesh
EXPRESSION OF INTEREST (EoI) Supply, Installation, Operation and Maintenance of Water Treatment Technology for Ranney Wells Noida, Uttar Pradesh Noida Authority invites Expression of Interest (EoI) to
More informationBIDDING 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 informationREPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT
REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT TENDER NO: KCG/CHS/007/2018-2020 PREQUALIFICATION OF SERVICE PROVIDERS FOR SUPPLY, DELIVERY AND SERVICING OF MEDICAL EQUIPMENTS, PLANT AND MACHINERY CLOSING DATE
More informationGAIL (India) Limited CENTRAL INTEGRITY MANAGEMENT GROUP, NOIDA NOIDA 06 th January, 2018
GAIL (India) Limited CENTRAL INTEGRITY MANAGEMENT GROUP, NOIDA NOIDA 06 th January, 2018 Expression of Interest (EOI) Inviting technical proposals for enlistment of Consultants for assessment of weld anomalies
More informationANNEX 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 informationUnited 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 informationINTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY. ICRAF House, UN Avenue Gigiri PO Box Nairobi Kenya
INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY ICRAF House, UN Avenue Gigiri PO Box 30677 00100 Nairobi Kenya Tel. +254 20 524 000, Fax: +254 20 524 001 TENDER No. ICRAF /ME/09/2018 REQUEST FOR PROPOSAL
More informationEAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services
EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0049 Payroll & Employee Benefits Management Services Issue Date: February 02, 2017 WARNING: Prospective Offerors who have received
More informationNational Science Foundation Ministry of Science, Technology & Research
1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF
More informationPREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015
PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072
More informationWEST BENGAL INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION
1 WEST BENGAL INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION Notice inviting Expressions of Interest Empanelment of Consultants for Assisting WBIIDC in Evaluation of Industrial Projects and Selection
More informationEXPRESSION OF INTEREST (EOI)
EXPRESSION OF INTEREST (EOI) For Short-Listing Of Consultants For THE PREPARATION OF SITE SPECIFIC CONSERVATION ACTION PLAN FOR NEWLY ESTABLISHED SUB POPULATION OF BLACKBUCK IN SUKLAPHANTA WILDLIFE RESERVE
More informationMEDICAL PRACTITIONERS AND DENTISTS BOARD
MEDICAL PRACTITIONERS AND DENTISTS BOARD PREQUALIFICATION DOCUMENT PRE-QUALIFICATION OF SUPPLIERS FOR THE SUPPLY AND DELIVERY OF COMPUTER CONSUMABLES & ACCESSORIES TENDER NUMBER: MPDB/02/2014-2015 NOTICE
More information3. BIDDERS QUALIFICATION CRITERIA
3. BIDDERS QUALIFICATION CRITERIA Section VII Forms and Procedures Page 1 of 25 3. BIDDERS QUALIFICATION CRITERIA 1. QUALIFICATION CRITERIA 1.1 Prequalification will be based on meeting all the following
More informationAn evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders
An evaluation of the Irish Remote Interpreting Service (IRIS) 2018. Request for Tenders The latest date for receipt of tenders is Thursday 30 th August 2018 at 4 pm July 2018 Sign Language Interpreting
More informationOpen Call for Consultancy Services. Reference Number:
Open Call for Consultancy Services Reference Number: 026-017 Terms of Reference: Title: Contracting Authority: Technical assistance to the Employment Agency of Montenegro on upgrading the Information Technology
More informationCOUNTY ASSEMBLY OF KILIFI
COUNTY ASSEMBLY OF KILIFI PREQUALIFICATION DOCUMENT PROVISION OF ELECTRICAL WORKS AND MAINTENANACE CAK/030/2015-16 COUNTY ASSEMBLY OF KILIFI F/Y 2015-2016 Table of Contents Page INTRODUCTION 3 SECTION
More informationTHE ARAB REPUBLIC OF EGYPT. Enterprise Resourcing Planning system Procurement, Project Implementation and Supervision
REQUEST FOR EXPRESSIONS OF INTEREST The request for expression of interest is not a request for bids, and the requested information should not involve a large amount of work from the applicants. In particular,
More informationGAIL (India) Limited CORPORATE OPERATIONS AND MAINTENANCE (O&M) - DEPARTMENT NOIDA
EXPRESSION OF INTEREST (EOI) 05 th April 2018 INVITING TECHNICAL PROPOSALS FOR ENLISTMENT OF CONSULTANTS FOR ENGAGEMENT OF CONSULTANT FOR BENCHMARKING FOLLOW UP EXERCISE AND PROVIDING ROAD MAP FOR ACHIEVEMENT
More informationPEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON. Government of Khyber Pakhtunkhwa, PAKISTAN
PEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON Government of Khyber Pakhtunkhwa, PAKISTAN Request for Proposal From Chartered Accountant Firms for the Evaluation of Statement of Qualifications (SOQs)/Proposals
More informationInterested eligible bidders for the captioned project can submit the EoI along with the project concept and mentioned documents.
EXPRESSION OF INTEREST (EoI) Design, Installation, Operation and Maintenance of Smart Parking System at Multi-Level Car Park (MLCP) at Sector 38A, Near Botanical Garden Metro Station, Noida, Uttar Pradesh
More informationEXPRESSION OF INTEREST (EoI) Design, Installation, Operation and Maintenance of Bus Queue Shelters Noida, Uttar Pradesh
EXPRESSION OF INTEREST (EoI) Design, Installation, Operation and Maintenance of Bus Queue Shelters Noida, Uttar Pradesh Noida Authority invites Expression of Interest (EoI) to undertake the Design, Installation,
More informationPreparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan
Preparation of Bidding Document Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Mandatory Documents to be Submitted to get Eligibility in Bid Opening
More informationEXPRESSION OF INTEREST (EOI) Consultancy Services for carrying out
North Eastern Development Finance Corporation Ltd. NEDFi House, G.S. Road, Dispur, Guwahati-781 006, Assam, India. Ph. No.: +91-361-2222200, Fax No. : +91-361-2237733 Website: www.nedfi.com EXPRESSION
More informationNOIDA 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 informationTENDER DOCUMENT FOR PROVISION OF EXTERNAL AUDIT SERVICES
TENDER DOCUMENT FOR THE PROVISION OF EXTERNAL AUDIT SERVICES TENDER NAME TENDER NO: TENDER CLOSING DATE TENDER TIME PROVISION OF EXTERNAL AUDIT SERVICES KSSL/EXAS-1/10/2018-2019 Thursday December 14th,
More informationTanahu 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 informationEXPRESSION OF INTEREST
EXPRESSION OF INTEREST SAFETY REVIEW OF RAILWAY OPERATIONS BY RIFT VALLEY RAILWAYS (KENYA) LTD OVER THE CONCEDED RAILWAY NETWORK IN KENYA The Kenya Railways (KR) is a State Corporation established under
More informationEXPRESSION OF INTEREST. for. Business Intelligence & Data Warehouse
EXPRESSION OF INTEREST for Business Intelligence & Data Warehouse May 2015 (K-REP Bank reserves the right to cancel this request for EOI and / or invite afresh with or without amendments to this request
More informationREPUBLIC 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 informationPREQUALIFICATION 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 informationDate: September 24, 2018 Ref.: RFQ Subject: Request for Quotations for Conducting Two Sets of Surveys in Ukraine
Date: September 24, 2018 Ref.: RFQ 18 056 Subject: Request for Quotations for Conducting Two Sets of Surveys in Ukraine The International Foundation for Electoral Systems (IFES), invites your firm to participate
More 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 informationBangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For
Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL (RFP) For ENGAGING DESIGN CONSULTANT TO PROVIDE DESIGN SERVICES FOR INTERIM TERMINAL1 (T1) IMPROVEMENTS (SWEAT) AT KEMPEGOWDA
More informationPreparation of Risk Register
Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP) Preparation of Risk Register (Khalid Parvaiz) General Manager (Admin & HR) Quaid-e-Azam Thermal Power (Pvt.) Limited First Floor, 7 C-1,
More informationBID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES
BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES SECRETARIAT OF ADMINISTRATION AND FINANCE (SAF) GENERAL SECRETARIAT
More informationEXPRESSION OF INTEREST Consultancy Services to Conduct Mid-Term Review of the National Development Strategy for the Republic of Mauritius
REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES TO CONDUCT MID-TERM REVIEW OF THE NATIONAL DEVELOPMENT STRATEGY FOR THE REPUBLIC OF MAURITIUS SEPTEMBER 2014 (Ref: MHL/EOI/01/14) [Authorized
More informationDesign and Development of the ASEAN Secretariat s Enterprise Resource Planning (ERP) System ASEAN SECRETARIAT. Request for Proposal
ASEAN SECRETARIAT Request for Proposal Design and Development of the ASEAN Secretariat s Enterprise Resource Planning (ERP) System PROPOSAL MUST BE RECEIVED BY Monday, 07 January 2019 before 4.30 PM DELIVER
More informationClarifications to Inquiries to Invitation for Pre-Qualification of Consulting Firms (2)
Clarifications to Inquiries to Invitation for Pre-Qualification of Consulting Firms (2) 1. Would you please extend the submission deadline? Or is it acceptable that we mail out the Hard copy by October
More informationAPPLICATION INFORMATION: 1. All five sections of the application must be completed.
HELP ME GROW SUSTAINABILITY PLANNING CONSULTANT REQUEST FOR QUALIFICATIONS Application Deadline: 5:00 pm on MONDAY, SEPTEMBER 25, 2017 APPLICATION INFORMATION: 1. All five sections of the application must
More informationUTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR
TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com
More informationQUESTIONS AND ANSWERS
QUESTIONS AND ANSWERS INVITATION TO TENDER NO. ACER/OP/DIR/08/2013 Provision of legal, economic and technical assistance in the field of energy regulation for the Agency for the Cooperation of Energy Regulators
More informationQUESTIONS 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 informationNorth American Development Bank. Engagement of Consultants
North American Development Bank Engagement of Consultants ENGAGEMENT OF CONSULTANTS This Note has been prepared by the North American Development Bank (the Bank) to assist staff and borrowers in the implementation
More informationDisable friendly Washrooms at hostel blocks (A & E)
Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender
More informationTERMS OF REFERENCE APPOINTMENT OF A PANEL OF SERVICE PROVIDERS SPECIALIZING IN THE INFORMATION AND COMMUNICATIONS TECHNOLOGY SECTOR
TERMS OF REFERENCE APPOINTMENT OF A PANEL OF SERVICE PROVIDERS SPECIALIZING IN THE INFORMATION AND COMMUNICATIONS TECHNOLOGY SECTOR Closing Date: 27 February 2018 Closing Time: 11H00 For all ICT-related/
More informationTENDER NO.KP1/5DA/PT/04/13-14 PRE-QUALIFICATION OF SIGNAGE CONTRACTORS
TENDER NO.KP1/5DA/PT/04/13-14 PRE-QUALIFICATION OF SIGNAGE CONTRACTORS (AUGUST 2013) ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID. THE KENYA POWER
More informationAgro Chemical Products/Pesticide
STEDEC TECHNOLOGY COMMERCIALIZATION CORPORATION OF PAKISTAN (PRIVATE) LIMITED GOVERNMENT OF PAKISTAN PREQUALIFICATION DOCUMENTS FOR Agro Chemical Products/Pesticide JUNE 2018 Asst. Manager Procurement
More informationEXPRESSION OF INTEREST (EoI) Operation and Management of Shilp Haat at Sector 33A, Noida, Uttar Pradesh
EXPRESSION OF INTEREST (EoI) Operation and Management of Shilp Haat at Sector 33A, Noida, Uttar Pradesh Noida Authority invites Expression of Interest (EoI) to undertake the operation and management of
More informationAfrican Development Bank General Services and Procurement Department Corporate Procurement Division
African Development Bank General Services and Procurement Department Corporate Procurement Division REQUEST FOR EXPRESSION OF INTEREST Ref.: ADB/EOI/CHGS/2018/0128 1. Title : Individual Consultant for
More informationEXPRESION OF INTEREST (EOI)
EXPRESION OF INTEREST (EOI) FOR THE ESWATINI ELECTRICITY COMPANY Reference Number: EOI 22 of 2018/19 EOI Name: Development of a Postpaid Billing System EOI Closing Date: 30 November 2018 SCHEDULE INDEX
More informationEmployment and Social Affairs Platform-ESAP Open Call for Consultancy Services Extension of Deadline. Reference Number: 037/018
Employment and Social Affairs Platform-ESAP Open Call for Consultancy Services Extension of Deadline Reference Number: 037/018 This project is funded by the EU Terms of Reference: Title: Analysis of the
More informationCFI SUBMISSION FORM I. CS4 AFUAS: Advanced Flexible Use of Airspace Support Service (AFUAS)
14-110062-I CS4 AFUAS: Advanced Flexible Use of Airspace Support Service (AFUAS) This CFI Submission Form has been produced to enable to evaluate the compliance with the set requirements of the applicants
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 informationREQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia
REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia RFP N PTD/16/072 October 12, 2016 Table of content Introduction to WIPO... 2 A. Tender process... 2
More informationWe kindly request you to submit your Proposal for the services under subject.
REQUEST FOR PROPOSAL (RFP) Subject: Provision of Technical Assistance for Scaling up the Geo-Mapping Initiative Towards the Establishment of On-Line Decision Support System to Support the Planning and
More informationExpression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry
Expression of Interest (EOI) for Appointment of Consultant for Make in India campaign in the Oil & Gas Industry Petroleum Planning & Analysis Cell MINISTRY OF PETROLEUM & NATURAL GAS 0 Expression of Interest
More informationQuaid e Azam Solar Power (Pvt.) Ltd. Tender Document for Acquisition of ERP Solution
Quaid e Azam Solar Power (Pvt.) Ltd Tender Document for Acquisition of ERP Solution The Punjab Educational Endowment Fund Quaid e Azam Solar Power (Pvt.) Ltd Invitation for Proposal of ERP Solution Quaid
More informationOPEN CALL FOR CONSULTING SERVICES
OPEN CALL FOR CONSULTING SERVICES Terms of Reference: International Lawyer Contracting Authority: Regional Cooperation Council Secretariat Starting Date: 7 November 2018 Reporting to: Duration: RCC Secretariat
More informationASHIANA - 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 informationUNITED NATIONS CHILDREN'S FUND (UNICEF) MARKET SURVEY OF EVALUATION SUPPLIERS
UNITED NATIONS CHILDREN'S FUND (UNICEF) CALL FOR EXPRESSIONS OF INTEREST (EOI) MARKET SURVEY OF EVALUATION SUPPLIERS Subject: Market Survey of Evaluation Suppliers Date of the EOI: 1 July 2016 Closing
More informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested
More informationRequest for Expression of Interest (EOI)
Request for Expression of Interest (EOI) Title Procure and deploy a Learning Management System (LMS) for WHO EOI Ref. No. Published Date 31/03/2017 Closing Date & Time 10/04/201717:00 (UTC +1) Contact
More information