Request for Quotations (RFQ)

Size: px
Start display at page:

Download "Request for Quotations (RFQ)"

Transcription

1 Request for Quotations (RFQ) RFQ Number: GHSC-PSM-LAB-BOA RFQ Purpose: This RFQ invites quotations to establish a Price Schedule for listed basic laboratory commodities and consumables under Basic Ordering Agreements (BOA). The Price Schedule will be valid for nine (9) months and is based on FCA (Supplier Dock) 2010 INCOTERMs. Issuance Date: May 4, 2018 Closing date: June 1, 2018 For: Global Health Supply Chain Procurement and Supply Management (GHSC-PSM) Project Funded By: United States Agency for International Development (USAID), Contract No./Task Order No. AID-OAA-I /TO1: AID-OAA-TO ; TO2: AID-OAA-TO ; TO3: AID-OAA- TO ; TO4: AID-OAA-TO Implemented By: Chemonics International Inc. ( Chemonics or GHSC-PSM ) ***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS ***** Chemonics and its partners on GHSC-PSM (the GHSC-PSM Project) are committed to integrity in procurement, and only selects Suppliers based on objective business criteria such as price and technical merit. Chemonics expects Suppliers to comply with our Standards of Business Conduct, available at Conduct/Pages/default.aspx. The GHSC-PSM Project does not tolerate fraud, collusion among Offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector General. Employees and agents of Chemonics and the GHSC-PSM Project are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift, gratuity, object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to USAID and the Office of the Inspector General. In addition, Chemonics will inform USAID and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, gratuity, object of value, or compensation to obtain business. Offerors responding to this RFQ must include the following as part of the proposal submission: Disclose any close, familial, or financial relationships with Chemonics or the GHSC-PSM Project. For example, if an Offeror s cousin is employed by the GHSC-PSM Project, the Offeror must state this. Disclose any family or financial relationship with other Offerors submitting proposals. For example, if the Offeror s father owns a company that is submitting another proposal, the Offeror must state this. Certify that the prices in the Offer have been arrived at independently, without any consultation, communication, or agreement with any other Offeror or competitor for the purpose of restricting competition. Certify that all information in the proposal and all supporting documentation are authentic and accurate. Certify understanding and agreement to the prohibitions against fraud, bribery and kickbacks. Please contact Kristina Cartwright, Risk Manager, at PSMRiskManagement@ghsc-psm.org to report any potential violations. Potential violations may also be reported directly to Chemonics Washington office through the contact information listed on the website found at the hyperlink above. Page 1 of 16

2 Dear Sir/Madam, Section I. Letter of Invitation The GHSC-PSM Project hereby invites you to submit quotations for the provision of the 821 laboratory commodities and consumables listed in Annex 3. The firms invited to submit quotations either have already signed a BOA with GHSC-PSM or will be expected to sign a BOA prior to award. Awarding process highlights: It is envisaged that there will be a primary, secondary and tertiary awarded for the entire list. The resulting fixed price awards are expected to be for a period of nine months. The BOA for each awardee will be modified to include a Price Schedule that reflects the agreed prices and other terms. All orders under these awards will follow a simplified process of verification that the awarded Supplier can meet the requested Goods Availability Dates and any other requirements specified by the client (including Quality Requirements). Performance management will be an important component during the lifecycle of the awards to ensure adherence to Key Performance Indicators. This invitation is being extended to the Laboratory Commodities and Consumables BOA holders and non- BOA holders. Non-BOA holders must be on-ramped to the Laboratory Commodities and Consumables BOA by the time of award to be eligible for an award under this RFQ. This invitation cannot be shared or transferred to other firms. The RFQ includes the following: Section I Letter of Invitation Section II Instruction to Offerors Section III Schedule of Requirements and Technical Specifications Section IV Modification Template to Establish Price Schedule under the BOA Annex 1 (word format) Intent to Quote Form Annex 2 (word format) Cover Letter Form Annex 3 (excel format) Technical Requirements and Price List Annex 4 (word format) - Laboratory Commodities and Consumables: Supplier QA Technical Questionnaire Annex 5 (pdf format) Instructions for Creating a GHSC-QA Technical Questionnaire Submission Annex 6 (pdf format) - Instructions to Access and Upload Documentation to GHSC-QA SharePoint Site Your quote, comprising of the Technical Requirements and Price List, should be submitted to GHSC-PSM in accordance with Section II. The Laboratory Commodities and Consumables: Supplier QA Technical Questionnaire (Annex 4) and accompanying documentation should be submitted to GHSC-QA in accordance with Section II and following the instructions provided in Annex 5: Instructions for Creating a GHSC-QA Technical Questionnaire Submission and Annex 6: Instructions to Access and Upload Documentation to GHSC-QA SharePoint Site. Please advise whether your company intends to submit a quote by filling out Annex 1 Intent to Quote Form and return it to PSMBidTender@ghsc-psm.org and George Retsinas at gretsinas@ghsc-psm.org within five (5) days of the issuance date of this RFQ. Should you require any clarification, please communicate with the contact person identified in this RFQ as the focal point for questions no later than Monday, May 14, GHSC-PSM project looks forward to receiving your Offer within the quote submission deadline: Friday, June 1, Thanks in advance for your interest in GHSC-PSM procurement opportunities. Regards, George Retsinas Tender Specialist, Supply Chain Solutions Supervisor Contractor for USAID Global Health Supply Chain Program Procurement and Supply Management Page 2 of 16

3 A. CONTENTS OF QUOTE Section II - Instruction to Offerors 1. Sections of the Quote Offerors are required to complete, sign and submit the following documents: a. Cover Letter Form (See Annex 2) b. Technical Requirements and Price List (Annex 3) c. Laboratory Commodities and Consumables: Supplier QA Technical Questionnaire (Annex 4 - Please see Section II.B.2.b below) 2. Questions a. Questions or requests regarding the proposal technical requirements of the RFQ shall be submitted in writing to the following addresses: gretsinas@ghsc-psm.org b. The deadline for submission of questions is Monday, May 14, 2018 at 18:00 Eastern Daylight Time (EDT- Washington, DC time). Phone calls will not be accepted. Only the written answers issued by GHSC-PSM will be considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal information received from employees of the project, Chemonics or any other entity should not be considered as an official response to any questions regarding to this RFQ. 3. Amendment a. At any time prior to the deadline for submission of the quote, GHSC-PSM may for any reason, such as in response to clarification requested by Offeror, modify the RFQ in the form of a Supplemental Information Amendment to the RFQ. All prospective Offerors will be notified in writing of all changes and additional instructions through the Supplemental Information Amendment to the RFQ via direct communication with the prospective Offerors. b. To afford prospective Offerors reasonable time to consider the amendments in preparing their quote, GHSC-PSM may, at its discretion, extend the deadline for submission of the quote, if the nature of the amendment to the RFQ justifies such extension. B. PREPARATION OF THE QUOTE 1. Technical Offer Format, Content and Price Schedule Quotations must be complete and in the format specified in Annex 3 Technical Requirements and Price List to ensure Chemonics is able to evaluate the Offeror s quote. All Goods described in Annex 3 must be priced individually in the corresponding data field based on FCA 2010 (Supplier Dock) INCOTERM. Annex 3 includes specific pack-size specifications, technical specifications and quality assurance standard(s). Quotations must be priced on a unit fixed-price, all-inclusive basis, including all costs per INCOTERM. Pricing must be presented in US dollars. The net unit prices specified in the quote, are firm, fixed, all-inclusive total unit prices covering performance of all Supplier obligations and shall be binding during the term of the Price Schedule. No additional sums will be payable for any change or escalation in the cost of materials, equipment, packaging or labor; the costs of cooperating with sampling, testing, inspection and other quality assurance requirements, when applicable; warranty-related costs and charges; and, any and all other costs and charges of whatever description or amount in connection with, necessary for, or resulting from a Supplier's required performance. Page 3 of 16

4 The Offeror agrees that the Price(s) in the quote in response to this RFQ represent the lowest price(s) at which the Offeror currently sells the Goods under comparable terms and conditions to any United States Government or U.S. Government funded customers. If during the life of the resulting Price Schedule, the Supplier sells the Goods to any U.S. Government or U.S. Government funded customer for a lower price than the Unit Price specified in Annex 3, it will promptly inform Chemonics and execute an amendment to the resulting Price Schedule so that such lower price applies to any pending or subsequent Goods delivered thereunder. 2. Documents Establishing the Eligibility and Qualifications of Offeror a. BOA. It is the GHSC-PSM s intent to solicit those firms holding a BOA for this requirement; however, this solicitation will offer an on-ramp opportunity for new qualifying firms and is open to non-boa holders. The on-ramp option for this procurement will give qualified firms an opportunity to establish a BOA. Non-BOA holders should contact Kari Goetz at kgoetz@ghscpsm.org and George Retsinas at gretsinas@ghsc-psm.org for submission requirements. Non-BOA holders must on-ramp to the BOA by the time of award to be eligible for award. b. Quality Management. To be eligible for award of the Price Schedule, Offerors must be able to certify and prove that their Quality Management System perform to current relevant ISO 9001 Quality Standards (2012 or above) from a recognized accredited certification body such as the International Accreditation Forum. If a documented Quality Management System is not available, past performance or other alternative means may be considered. Offeror must be capable of ensuring that products offered meet appropriate quality eligibility requirements; supplier must be capable of storing and distributing the product to maintain product integrity, offeror must be able to store and retrieve product documentation for up to one (1) year after product expiry, offeror must be able to conduct risk based supplier audits. Offerors must submit a completed Laboratory Commodities and Consumables: Supplier Technical Questionnaire (Annex 4) for evaluation. 3. Special Packaging Requirements Individual boxes and shipping cartons (tertiary packaging) must be shrink wrapped on all sides in order to protect the goods from water damage during transit time. Pallets must be shrink wrapped with continuous coverage on all sides and top. 4. Lead-Time As part of the response to this RFQ, the Offerors shall provide a maximum lead time (in calendar weeks) for each product quoted. Lead time means the period between the receipt of a firm Order and the time when the Goods are ready for delivery in accordance with the specified INCOTERM. The maximum lead time presented in response to this RFQ must be upheld in the performance of any resulting Order allocated under the resulting Price Schedule and shall be listed as the Goods Availability Date (GAD). In view of the foregoing, if the GAD expressed in the quote submitted is not upheld by the successful BOA holder at the point of Order allocation, it will be taken into account in future evaluations as part of past performance. 5. Certifications Concerning Debarment, Suspension and Other Matters By submitting an Offer in response to this RFQ, the Offerors certify that it and their principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. Chemonics will not establish a BOA or modify the BOA to establish a Price Schedule under the BOA to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government. Offerors shall be requested to provide a DUNS number to receive a sub-award valued at US $30,000 or more. Page 4 of 16

5 United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The Supplier under any award resulting from this RFQ must ensure compliance with these laws. 6. Validity Period Quotes shall remain valid for ninety (90) calendar days, commencing on the submission deadline date. A proposal valid for a shorter period shall be immediately rejected by GHSC-PSM and rendered nonresponsive. In exceptional circumstances, prior to expiration of the quote validity period, GHSC-PSM may request Offerors to extend the period of validity of their quote. The request and responses shall be made in writing and shall be considered integral to the quote. 7. Taxes and Value Added Tax (VAT) The GHSC-PSM prime contract under which this procurement is funded does not permit the financing of any taxes, VAT, tariffs, duties, or other levies imposed by any laws in effect in the Cooperating Country. No such Cooperating Country taxes, VAT, charges, tariffs, duties or levies will be paid under an award resulting from this RFQ. The Offeror shall not assess any cooperating country taxes, duties, levies, etc. from which this USAID project is exempt. C. SUBMISSION AND OPENING OF QUOTE 1. Submission a. The Cover Letter Form (Annex 2) and Technical Requirements and Price List (Annex 3) must be submitted electronically at PSMBidTender@ghsc-psm.org and George Retsinas at gretsinas@ghsc-psm.org no later than Friday, June 1, 2018 at 18:00 EDT. The Laboratory Commodities and Consumables: Supplier Technical Questionnaire (Annex 4) must be submitted electronically to GHSC-QA as per the instructions included in Annex 5 and Annex 6 no later than Friday, June 1, 2018 at 18:00 EDT. b. Mandatory subject line in GHSC-PSM-LAB-BOA c. Max File Size per transmission: Max. 15 MB per message with no limits on number of messages. If Offers are divided in several files, please indicate it clearly in the subject line of the . Transmission must be free from viruses and corrupted files. d. Quote received after the specified time and date will be considered late. Consideration of late Offers is at the discretion of Chemonics. e. Offerors must be aware that the submission of a quote, in and of itself, implies that the Offeror accepts the terms and conditions of the BOA Modification establishing the Price Schedule under the BOA. f. The Offeror shall bear all costs related to the preparation and/or submission of the quote, regardless of whether its quote is selected or not. 2. Withdrawal, Substitution, and Modification a. Offerors are expected to have sole responsibility for taking steps to carefully examine in detail the full consistency of its quote to the requirements of the RFQ, keeping in mind that material deficiencies in providing information requested by GHSC-PSM, or lack of clarity in the description of the goods to be provided, may result in the rejection of the quote. Page 5 of 16

6 b. An Offeror may withdraw, substitute or modify its quote after it has been submitted by sending a written notice to the listed in this RFQ for receipt of quotes, duly signed by an authorized representative, and shall include a copy of the authorization (or Power of Attorney). The corresponding substitution or modification of the quote must accompany the respective written notice. All notices must be received by Chemonics prior to the deadline for submission. The respective shall clearly mark in the subject line Withdrawal, Substitution, or Modification. c. No quote may be withdrawn, substituted, or modified in the interval between the deadline for submission of the quote and the expiration of the period of quote validity specified by the Offeror on the Offer Submission Form or any extension thereof. 3. Confidentiality a. Information relating to the examination and evaluation of the quote, and the recommendation of the Price Schedule award, shall not be disclosed to Offerors or any other persons not officially concerned with such process. b. If the Offeror is unsuccessful, the Offeror may seek a meeting with GHSC-PSM for a debrief. The purpose of the debrief is to discuss the strengths and weaknesses of the Offeror s submission, to assist the Offeror in improving subsequent Offer(s) presented to GHSC-PSM. The content of other Offers and how they compare to the Offeror s submission shall not be discussed. D. EVALUATION OF QUOTE/AWARD CRITERIA 1. Preliminary Examination of Quote GHSC-PSM shall examine the Offer to determine whether they are complete with respect to the minimum documentary requirements, whether the documents have been properly signed, whether the Offeror is in the System for Award Management ( and whether the Offers are generally in order. GHSC-PSM may reject any Offer at this stage. 2. Evaluation of Quote a. GHSC-PSM shall examine the Offer to confirm that all terms and conditions of the Modification to establish a Price Schedule have been accepted by the Offeror without any deviation or reservation. b. The Offers will be evaluated according to the following award criteria (100 points total): i. Quality (40 points) Scoring will be based on a QMS risk assessment based on the response and documentation provided by supplier. ii. Price and Coverage (30 points each for a total of 60 points) Scoring will be based on the lowest price and maximum coverage presented in the quote. iii. Products will be weighted based on historical spend. Weighted overall scores will be tallied for each Offeror. iv. Coverage is defined as the extent to which an Offeror offers products across the full list of products identified in Annex 3. Products not receiving a bid will receive negative scoring as a part of coverage. c. Chemonics will review, evaluate and score all proposals in accordance with the above criteria to determine those Offers that are most advantageous to the GHSC-PSM program. Offeror(s) shall be ranked in accordance with their scores and the three (3) highest ranked BOA holder Suppliers will be short listed. d. Successful Offerors will be required to provide the following additional product information at the Order stage using a template to be provided by GHSC-PSM: i. GS1 Global Trade Identification Number (GTIN) Page 6 of 16

7 ii. Estimated weight and volume (considering any additional packaging, e.g. for air/sea shipments, for temperature-controlled items, etc.) iii. Storage conditions iv. Hazardous goods v. Manufacturer name vi. Manufacturer site vii. Country of origin viii. Lead time ix. Shelf life in months x. Remaining shelf life in months xi. Evidentiary documentation of Manufacturer QMS certification by internationally recognized standardization body xii. Product information data sheet xiii. Manufacturer s product reference number and description xiv. Manufacturer s contact details, including link to website xv. Commercial brochure xvi. When applicable, country product registration or import permit to the country of destination. xvii. Certificate of conformance CE Mark (SRA), US FDA clearance (PMA/510K) or WHO Prequalification, or other when specified above in Product Quality Standards by Product Category xviii. Certificate of Analysis and/or Certificate of Sterility, when applicable e. If negotiations are successful, the Unit Prices negotiated with each respective Offeror will be included as an Annex Price Schedule 001 Technical Requirements and Price List in the resulting BOA Modification. If negotiations are not successful, Chemonics will enter negotiations with the next highest ranked BOA holder Supplier. Up to three (3) firms whose proposals are determined to be the most advantageous to Chemonics will modify the BOA to establish the Price Schedule. 3. Clarification of Quote To assist in the examination and evaluation of the Offers, GHSC-PSM may, at its discretion, ask the Offeror to clarify the Offer, after which scores may be re-evaluated. 4. Responsiveness of Quote GHSC-PSM s determination of an Offer s responsiveness will be based on the contents of the quote itself. A substantially responsive quote is one that conforms to all the terms, conditions, and specification of this RFQ without material deviation, reservation, or omission. If a quote is not substantially responsive, it shall be rejected by GHSC-PSM and may not subsequently be made responsive by the Offeror by correction of the material deviation, reservation, or omission. 5. Nonconformities, Reparable Errors and Omissions Provided that the quote is substantially responsive, GHSC-PSM may waive any non-conformities or omissions in the quote that, in the opinion of GHSC-PSM, do not constitute a material deviation. E. PRICE SCHEDULE ESTABLISHMENT 1. Right to Accept, Reject, or Render Non-Responsive All Quotes GHSC-PSM reserves the right to accept or reject the Offer, to render any or all quotes as nonresponsive and to reject all quotes at any time prior to Price Schedule award, without incurring any liability, or obligation to inform the affected Offeror(s) of GHSC-PSM determination. Page 7 of 16

8 2. Price Schedule 001 Modification signature a. Within ten (10) days from the date of receipt of the BOA Modification, the successful Offeror shall sign and date the Modification and return to GHSC-PSM. b. Failure of the successful Offeror to comply with the above requirement shall constitute sufficient grounds for the annulment of the award, and on which event, GHSC-PSM may award the Price Schedule with next ranked Offeror(s) or call for a new RFQ. 3. BOA Modification The resulting BOA Modification incorporates the terms and condition applicable to the Price Schedule and the Order placement using a cascade system. Chemonics reserves the right to revise the content, order, and numbering of the provisions in the actual Modification document prior to execution by Chemonics. Section III - Schedule of Requirements and Technical Specifications A. CONCEPT OF THE PROPOSED PRICE SCHEDULE As an outcome of this sourcing exercise, GHSC-PSM intends to modify the BOA to establish a Price Schedule with single fixed-unit price for each of the Goods covered under the Modification. GHSC-PSM anticipates that Price Schedule awards will be made to up to three (3) BOA holders (one (1) primary award, one (1) secondary award, and one (1) tertiary award). Once awarded, GHSC-PSM anticipates allocating fixed price Orders under the resulting Price Schedule using the cascade system specified in Article 1 of the BOA Modification. Non-BOA holders must on-ramp to the BOA by the time of the award to be eligible for the award. 1. Price Schedule Duration The initial duration of the Price Schedule is nine (9) months with possibility of extension by Chemonics for an additional period of up to three (3) months upon notice to the Supplier with the same terms and conditions as the original Modification to establish the Price Schedule. With the concurrence of the Supplier, the extension may be for a period of up to six (6) months. However, this extension terminates should the replacement Price Schedule be issued in the interim. Extensions are subject to strategic and operational requirements and satisfactory performance by successful Suppliers. 2. Products Supply requirements typically consist of a wide range of laboratory commodities and consumables products. The list of items is provided in Annex 3. During the term of the Price Schedule, GHSC-PSM may request successful Offerors to supply items included in Annex 3. The historical number of countries, orders and quantities provided in Annex 3 are good faith estimates only and provided for informational purposes and must not be deemed a firm commitment on the part of GHSC-PSM regarding any quantity for future purchases. Actual quantities to be ordered under the Price Schedule will depend on future GHSC-PSM requests and shall only be binding after the Order allocated under the Price Schedule following the cascade system is executed by both parties. 3. Quality standards and technical requirements for proposed products The Supplier must ensure that each Good meet the Quality Assurance (QA) requirements specified in the QA Category level in Column B and detailed in the QA requirements tab. The products requested Page 8 of 16

9 in this Price Schedule and explicitly mentioned in Annex 3 shall adhere to the requirements set in Annex 3 and in accordance with the following: All offered products must conform to the highest manufacturing standards. Where possible, suppliers must indicate conformity and be able to provide copies of applicable certificates for quality control checks during the evaluation process. Chemonics may request evidence of conformity at any time. Failure to comply with providing adequate documentation may result in disqualification. 4. Order Allocation Using Cascading System During the term of the Price Schedule, Chemonics will allocate Orders as follows: Page 9 of 16 a. Chemonics authorized Procurement Specialist or his/her designee will the Primary Supplier s point of contact to confirm GAD, shelf life (if applicable), and available quantity based on the urgency of the Chemonics client, requested quantity, and shelf life regulations (if applicable) for that destination country. b. If the primary Supplier is unable to meet Chemonics Order in its entirety (all the Goods) or doesn t reply or confirm ability to fulfill the Order by the deadline set in the , the request will automatically be sent to the second Supplier in the list, in descending Order. Notwithstanding the second Supplier s ability to fulfill the entire Order, Chemonics reserves the right to either split the Order between the Primary and Secondary Supplier or fill the entire Order with the Secondary Supplier, depending on what is in the best interests of its client, as determined by Chemonics. c. If the secondary Supplier is unable to meet Chemonics Order in its entirety (all the Goods) or doesn t reply or confirm ability to fulfill the Order by the deadline set in the , the request will automatically be sent to the third Supplier in the list. Notwithstanding the third Supplier s ability to fulfill the entire Order, Chemonics reserves the right to split the Order across primary, secondary, and tertiary Suppliers and place partial Orders with each Supplier at Chemonics discretion to complete the Order. Please see Section IV of this RFQ for a standard Modification template to establish a Price Schedule with Orders allocated using a cascade system for the Offeror s reference. Adherence to all terms and conditions of the Price Schedule Modification is mandatory. B. SERVICE REQUIREMENTS By submitting a quote in response to this RFQ the Suppliers confirm agreement that, in case of award of a Price Schedule, they will fulfill the Service Level Agreement terms as described below in this RFQ. 1. During Price Schedule Order Delivery Process a. The Supplier shall confirm the Order within the Order deadline. The quote must include all information requested in the template. b. Offer should be error-free, compliant with technical specifications and meet the requirements set out in Order. c. The Order must be accurate with respect to Price Schedule Technical Requirements and Price Specification. d. Chemonics Procurement Specialist must receive immediate notification of delays in the Order delivery process from the Supplier via . e. Shipping arrangements and shipping documents shall be provided when they are available or as per agreement under the BOA and as specified in the Order. 2. Order Validity Order confirmations shall remain valid for sixty (60) calendar days commencing on the confirmation date, during which the Supplier commits to providing in the the confirmed quantity, shelf-life, and GAD so long as Chemonics places the firm Order within the sixty (60) days

10 of the Supplier providing the Order confirmation. Providing this hold for Chemonics will be evaluated as a part of past performance and will be factored into all future awards. 3. Supplier performance Chemonics will closely monitor the Supplier s performance using key performance indicators (KPIs) to be detailed at award. Failure to meet Chemonics expectations may result in the re-ranking of Suppliers and may lead to award cancellation. Typical reasons that may lead to adjustments in ranking or cancellation of the Price Schedule 001 include, but are not limited to, the following: Failure to respond to Order confirmations within the specified timeframe Inability to meet GAD Product quality issues Non-compliance with KPIs Section IV Modification Template to Establish Price Schedule under the BOA Page 10 of 16 Modification No. [INSERT #] To Basic Ordering Agreement No. GHSC-PSM-BOA-[INSERT] Between Chemonics International Inc H St. NW Washington, DC And [INSERT] Under Global Health Supply Chain Program Procurement and Supply Management (GHSC-PSM) USAID Prime Contract No. AID-OAA-I This modification is made and entered into as of [X], 2018, between Chemonics International Inc., ( Chemonics or Contractor ), which is incorporated under the laws of Delaware and has its principal place of business at 1717 H Street NW, Washington, D.C , and [INSERT] ( Supplier or Subcontractor ), which has its principal place of business at [INSERT] I. BACKGROUND A. On [INSERT DATE], the parties established the Original Basic Ordering Agreement (BOA) with regard to the Supplier s provision of [DESCRIBE] to Chemonics in support of the USAID Global Health Supply Chain Program Procurement and Supply Management (GHSC-PSM) project, Prime Contract No. AID-OAA-I B. On [INSERT DATE], Chemonics issued a request for quotes to award Price Schedule 001 within the BOA for Basic Laboratory Commodities and Consumables with fixed unit prices for

11 Price Schedule covered commodities binding for a period of nine (9) months and with future fixed price orders to be allocated in a cascade system amongst the successful BOA holders. C. As an outcome of the above competitive sourcing event, the following three (3) BOA holders were found to have submitted the most competitive quotes listed below in descending order based on quoted prices and the extent of coverage of the products identified: (1) [Identify primary award] (2) [Identify secondary award] (3) [Identify tertiary award] D. Chemonics and [IDENTIFY SUCCESFUL OFFEROR] now wish to modify the referenced BOA to establish the Price Schedule 001 under the BOA. II. PURPOSE OF MODIFICATION No. [IDENTIFY MODIFICATION #] This Modification No. [X] is made to reflect the following: A. To establish Price Schedule 001 under the BOA with the following characteristics: 1. Sub-group of covered commodities with specific quality standards and technical requirements 2. Fixed unit prices for each Price Schedule 001 covered commodity 3. Price Schedule 001 term 4. Price Schedule Order allocation using a cascading system 5. Price Schedule service requirements III. THE TEXT OF THE BOA IS MODIFIED AS FOLLOWS: 1. By inserting the following in Section 3. Commodities: PRICE SCHEDULE 001 COVERED COMMODITIES Annex [A.1 OR B.1, depending on BOA] includes the Commodity sub-group covered under this Price Schedule By inserting the following in Section 4. Pricing: Annex [A.1 OR B.1] lists firm unit prices for the Commodity sub-group covered under this Price Schedule By inserting the following in Section 6. Purchase Orders: PRICE SCHEDULE 001 Price Schedule 001 is an indefinite delivery indefinite order awarded under the BOA. At Chemonics own discretion and when the needs arise, Chemonics may allocate an order under Price Schedule 001 in accordance with the terms and conditions set forth in Annex [A or B] Price Schedule 001 which is hereby expressly made a part of this Price Schedule and BOA as if it set forth herein. All other terms and conditions of the Original BOA and any subsequent modifications remain in effect. In witness whereof, the parties have executed this modification as of the day and year first above written. Page 11 of 16

12 Chemonics International Inc. By: Printed Name: Title: Date: [INSERT SUPPLIER NAME] By: Printed Name: Title: Date: ARTICLE 1. PRICE SCHEDULE SCOPE A. SCOPE ANNEX [A OR B] PRICE SCHEDULE 001 This Price Schedule with cascade system sets forth the terms and conditions for the provision of basic laboratory commodities and consumables from Supplier to Chemonics on an as needed basis. This Price Schedule covers the sub-range of basic laboratory commodities and consumables covered under [Section 3 Commodities of the Original BOA] and identified in Annex [A.1 OR B.1] Price Schedule 001 Technical Requirements and Price List. This Price Schedule 001 has been awarded to the Primary Supplier(s), Secondary Supplier, and Tertiary Supplier(s) identified below: Price Schedule Award Level Primary Award Secondary Award Tertiary Award Supplier B. DETAILED PRICE SCHEDULE SCOPE Goods covered and available under this Price Schedule 001 are identified in Annex [A.1 OR B.1] Price Schedule 001 Technical Requirements and Price List which is hereby expressly made a part of this BOA as fully as if set forth herein. ARTICLE 2. PRICE SCHEDULE DESCRIPTION Annex [A OR B] Price Schedule 001 Schedule includes the basic laboratory commodities and consumables covered in [Section 3 Commodities of the Original BOA] from which Chemonics, at its own discretion, may order from Price Schedule 001 holders using the cascading system. Chemonics provides no guarantee of volume or Supplier s participation. As such, the value of each Price Schedule is indeterminate. Estimates provided in Annex [A.1 OR B.1] Price Schedule 001 Technical Requirements and Price List are only provided for informational purposes and do not constitute volume commitment or firm orders. ARTICLE 3. PRICE SCHEDULE PERIOD A. Effective Date. This Price Schedule 001 shall become effective when this modification is signed by Chemonics, as indicated by the date under Chemonics signature on the modification. Chemonics will be the last party to sign. B. Price Schedule Period. The Price Schedule 001 Period (referred to alternatively as Term ) includes an Ordering Period and Period of Performance. (1) Ordering Period. The Ordering Period is the period in which an Order may be placed under this Price Schedule 001. The Ordering period shall be in effect for a period of nine (9) Page 12 of 16

13 months starting on the date Chemonics signs the Price Schedule 001 modification unless the modification is extended in accordance with Article 5, Short Term Extension. (2) Period of Performance. The Price Schedule 001 Period of Performance begins on the effective date of the Price Schedule 001 until the last Order placed under the Price Schedule 001 is completed. ARTICLE 4. PRICE SCHEDULE PRICE LIST The pricing for all Goods purchased under this Price Schedule 001 shall be as set forth in Annex [A.1 OR B.1] Price Schedule 001 Technical Requirements and Price List which is hereby expressly made a part of this Price Schedule 001 and BOA as fully as if set forth herein. Fixed unit fixedprice(s) are on an all-inclusive basis, including all costs per INCOTERM, in US dollar, and are fixed for the term of this Price Schedule 001. If a Price Schedule 001 listed Good becomes unavailable during the life of this Price Schedule, the Supplier shall recommend a replacement Good to Chemonics. Unit Price for replacement items shall be equal to or less than the Fixed Unit Price of the Good being replaced. Requests must include specifications for recommended replacement, a current Published Price List and an updated Price Schedule 001 Price List. Requests for Price Schedule 001 listed Good replacements may be submitted to Chemonics at any point during the Price Schedule 001. All updates are subject to Chemonics review and approval. Goods added to the Price Schedule 001 List must meet the minimum specifications of the original Good. ARTICLE 5. SHORT TERM EXTENSION In the event a replacement Price Schedule 001 has not been issued, this Price Schedule 001 may be extended unilaterally by Chemonics for an additional period of up to three (3) months upon notice to the Supplier with the same terms and conditions as the original Price Schedule. With the concurrence of the Supplier, the extension may be for a period of up to six (6) months. However, this extension terminates should the replacement Price Schedule 001 be issued in the interim. ARTICLE 6. BEST PRICING OFFER Price decreases or discount increases are permitted and encouraged at any time during the term of this Price Schedule 001. In the event of price decreases, the decreases shall take effect automatically during the Price Schedule 001 term and apply to Orders submitted subsequent to the effective dates of applicable price decreases as follows: A. Published Price List Reduction. Where the Supplier lowers its pricing to its customers or to government customers during the Price Schedule 001 term, price reductions shall immediately be passed through to the Price Schedule 001 Technical Requirements and Price List. B. Special Offers/Promotions General. Where the Supplier generally offers more advantageous special price promotions, or special discount pricing to customers during the Price Schedule 001 term, and the maximum price or discount associated with such offer or promotion is better than the fixed unit price otherwise available under this Price Schedule 001, such better price shall apply for similar quantity transaction for the life of the general offer or promotion. C. Discounts. Chemonics reserves the right to negotiate lower pricing, or to advertise for bids, whichever is in Chemonics best interest, in the event of a significant decrease in market price of any Price Schedule 001 Good(s). In addition, if the Supplier s normal pricing to the public or to the trade in general is less than the Fixed Unit Pricing., then the normal pricing to the public or to the trade in general shall also be granted by Suppliers to Chemonics. Page 13 of 16

14 ARTICLE 7. RIGHT TO PROCURE FROM OTHER SOURCES No clause or term under this Price Schedule 001 shall be understood as to limit Chemonics right to procure similar Goods from other sources during the period of this Price Schedule 001. ARTICLE 8. PRICE SCHEDULE ORDERING A. General Price Schedule 001 Ordering Information. Chemonics may submit orders electronically via at any time. Orders shall reference BOA number, Price Schedule 001 number, Requisition Order (RO) and/or order number, if applicable. Upon Supplier s receipt of Order Form, the Supplier must electronically confirm within the timeline specified in the Order Form its ability to fulfill the order. Order confirmation shall be itemized and shall at a minimum include the items required in the Order Content below: 1. Order Number 2. Good Name 3. Good Description 4. Manufacturer Name 5. Unit of Measure 6. Units per Specified Unit of Measure 7. Unit Price 8. Goods Availability Date (GAD) 9. Shelf-life 10. Total Order Amount. B. Order Content All the Orders Forms placed under this Price Schedule 001 shall be FCA (Supplier Dock) INCOTERM The Order shall indicate the Good(s), quantity, and Goods Availability Date (GAD). Shelf-life of Goods shall be quoted by the Supplier for the Order based on the Goods Availability Date (GAD). Goods specifications shall be consistent with Annex [A.1 OR B.1] Price Schedule 001 Technical Requirements and Price List. Orders shall be subject to all terms and conditions of the Order, this Price Schedule 001, as it may be amended from time to time by mutual written agreement of the parties. C. Order Validity order confirmations shall remain valid for sixty (60) calendar days commencing on the confirmation date, during which the Supplier commits to providing in the the confirmed quantity, shelf-life, and GAD so long as Chemonics places the firm order within the sixty (60) days of the Supplier providing the order confirmation. Providing this hold for Chemonics will be evaluated as a part of past performance and will be factored into all future awards. D. Order Execution Executed Orders shall contain the specification and requirements pertaining to the Order. Orders shall be subject to all terms and conditions of this Price Schedule 001. E. Communication The Supplier shall deliver the Goods stipulated under the Price Schedule 001 section Ordering above under the General Direction of Chemonics Authorized Price Schedule 001 Procurement Specialist or his/her designee. Chemonics Authorized Procurement Specialist will be responsible for the monitoring of the Supplier s performance under this Price Schedule 001. Chemonics Authorized Procurement Specialist Page 14 of 16

15 [Insert name, title, ] Supplier s Authorized Account Representative to receive and confirm orders is: [insert name, title, ] ARTICLE 9. ORDER ALLOCATION METHOD When Chemonics identifies the need to place an order for Goods covered under this Price Schedule 001, Chemonics will follow the following steps to determine the appropriate source. 1. Chemonics authorized Procurement Specialist or his/her designee will the Primary Supplier s point of contact to confirm GAD, shelf life (if applicable), and available quantity based on the urgency of the Chemonics client, requested quantity, and shelf life regulations (if applicable) for that destination country. 2. If the Primary Supplier is unable to meet Chemonics Order in its entirety (all the Goods) or doesn t reply or confirm ability to fulfill the order by the deadline set in the , the request will automatically be sent to the second Supplier in the list, in descending Order. Notwithstanding the second Supplier s ability to fulfill the entire order, Chemonics reserves the right to either split the order between the Primary and Secondary Supplier or fill the entire order with the Secondary Supplier, depending on what is in the best interests of its client, as determined by Chemonics. 3. If the Secondary Supplier is unable to meet Chemonics Order in its entirety (all the Goods) or doesn t reply or confirm ability to fulfill the order by the deadline set in the , the request will automatically be sent to the third Supplier in the list. Notwithstanding the third Supplier s ability to fulfill the entire order, Chemonics reserves the right to split the order across Primary, Secondary, and Tertiary Suppliers and place partial orders with each Supplier at Chemonics discretion to complete the order. Meeting Chemonics orders for the Goods covered under this Price Schedule 001 is one of the key responsibilities of the Supplier. The Supplier is fully responsible for meeting Chemonics Orders and the supplier s performance will be subject to an on-going quality assessment as specified in Article 10 Supplier Performance provided below. ARTICLE 10. SUPPLIER PERFORMANCE Chemonics will closely monitor the Supplier s performance using key performance indicators (KPIs) to be detailed at award. Failure to meet Chemonics expectations may result in the re-ranking of Suppliers and may lead to award cancellation. Typical reasons that may lead to adjustments in ranking or cancellation of the Price Schedule 001 include, but are not limited to, the following: Failure to respond to Order confirmations within the specified timeframe Inability to meet GAD Product quality issues Non-compliance with KPIs ARTICLE 11. CONFLICTING TERMS AND CONDITIONS Conflict amongst the documents shall be resolved in the following order of precedence: 1. The resulting Price Schedule 001 (this document); 2. Annex [A.1 OR B.1] Price Schedule 001 Technical Requirements and Price List Page 15 of 16

16 3. Specific specifications set-forth in an Order placed under this Price Schedule BOA standard terms and conditions set forth in Article 9 to Article Other Appendices and attachments as deemed necessary. -END ANNEX [A OR B] PRICE SCHEDULE 001- ANNEX [A.1 OR B.1, depending on BOA] Price Schedule 001 Technical Requirements and Price List Page 16 of 16

Request for Quotations (RFQ)

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

More information

(RFQ) Request for Quotation

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

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

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

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

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

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

More information

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

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

More information

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services 10/12/2015 Dear Sir/Madam, Subject: Request for Quotation (RFQ) for Animation Motion graphics Services

More information

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

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

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

1. Synopsis of the Request for Quotation

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

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

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

More information

1. Sinopse do Pedido de Cotação

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

More information

Board Chair s Signature: Date Signed: 9/12/2014

Board Chair s Signature: Date Signed: 9/12/2014 Grievance Policy and Procedure Approval Date: 9/12/2014 Rev. Date(s): COA Standards: HR 5.02 Purpose of Policy: To give a clear and specific written course of action for resolving disputes within the Broward

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

THIS LONG TERM ARRANGEMENT FOR GOODS (this LTA-G ) is made between:

THIS LONG TERM ARRANGEMENT FOR GOODS (this LTA-G ) is made between: THIS LONG TERM ARRANGEMENT FOR GOODS (this LTA-G ) is made between: THE UNITED NATIONS CHILDREN'S FUND ( UNICEF ), an international inter-governmental organisation established by the General Assembly of

More information

Invitation to Negotiate

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

More information

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

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

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

Ohio Public Employees Retirement System. Request for Proposal

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

More information

Request For Proposal Procedures

Request For Proposal Procedures PROCUREMENT SERVICES OFFICE Request For Proposal Procedures SECTION 1: OVERVIEW 1.1 What is a Request for Proposal (RFP)? A RFP is a method of solicitation used when, it has been determined that giving

More information

REQUEST FOR QUALIFICATIONS

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

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

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

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

More information

CUSTOMER 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 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 information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

More information

Commodity/Service Required: Term of Contract: May 20, 2018 July 20, 2018 Contract Funding:

Commodity/Service Required: Term of Contract: May 20, 2018 July 20, 2018 Contract Funding: Commodity/Service Required: Type of Procurement: Type of Contract: Request for Quote/Proposal (RFQ/RFP) Dam liners One-off purchase agreement Fixed Price Term of Contract: May 20, 2018 July 20, 2018 Contract

More information

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

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

More information

Effective Date: January, 2007 Last Reviewed Date: September, 2016 Last Revised Date: October, 2016 Next Review Date: April 2018

Effective Date: January, 2007 Last Reviewed Date: September, 2016 Last Revised Date: October, 2016 Next Review Date: April 2018 Section: Finance and Administration Number: 12.20.PP.v7 Subject: Goods and Services Procurement (including consulting services) Policy and Procedure Associated Document Form Number: 12.20.F Effective Date:

More information

Invitation to Tender. External Audit Services. July 2015

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

More information

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

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

More information

Document B252TM 2007

Document 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 information

UNICEF s Procurement Processes and Tendering for Diagnostics

UNICEF s Procurement Processes and Tendering for Diagnostics UNICEF s Procurement Processes and Tendering for Diagnostics Joint UNICEF, UNFPA and WHO Meeting with Manufacturers and Suppliers UN City, Copenhagen Presented by: Lama Suleiman 23 September 2014 Contracts

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST 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

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

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

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

More information

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

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

More information

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016 Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56 HeForShe Textile-Based Visibility Items 2016 10 March 2016 Dear Supplier, Subject: Request for Quotation (RFQ) for the provision of HeForShe

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

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

More information

EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE

EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE P a g e 1 EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE For the purposes of EXPRO and EXPRO+ categories of Requests for Proposal (RFP) and

More information

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

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

More information

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria RFQ:016/B5316/93767/SV/010 Version: v016.1.1 Invitation letter Dear Sir/Madam, Subject: Request

More information

Ohio Public Employees Retirement System. Request for Proposal

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

More information

CREATIVE PRODUCTS WARRANTY RETURN POLICY

CREATIVE PRODUCTS WARRANTY RETURN POLICY CREATIVE PRODUCTS WARRANTY RETURN POLICY 1. GENERAL INFORMATION Prior to warranty holder ( You ) making any warranty service return of a Creative product ( Product ), You are strongly advised to first:

More information

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

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

More information

SAI Global Full Service Team

SAI Global Full Service Team General information regarding elements of the certification process is described below. A degree of flexibility and options in the certification process are available so please feel free to contact us

More information

INFRASTRUCTURE ONTARIO VENDOR PERFORMANCE PROGRAM

INFRASTRUCTURE 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 information

Invitation to Tender. Development Legal Services. August 2015

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

More information

REQUEST FOR PROPOSAL (RFP)

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

More information

CSA Group Products, Processes and Services Scheme

CSA Group Products, Processes and Services Scheme 1. CONTACT CSA CSA Group Products, Processes and Services Scheme 1.1 Getting started is easy. There are three ways to contact us: Call 866 797 4272 Email client.services@csagroup.org Complete a request

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

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

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

More information

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

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

More information

Casework Technical Support (Social Welfare - Project Management)

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

More information

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

CRISP 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 information

CALL FOR COMBINED HEAT AND POWER (CHP) PROJECTS. Program Guide

CALL FOR COMBINED HEAT AND POWER (CHP) PROJECTS. Program Guide CALL FOR COMBINED HEAT AND POWER (CHP) PROJECTS Program Guide TABLE OF CONTENTS Introduction... 2 Purpose... 2 About CHP... 2 Program Description... 2 Call for CHP Projects... 3 Participant Webinar...

More information

Acknowledgement of Aramco Overseas Company BV. Supplier Code of Conduct

Acknowledgement of Aramco Overseas Company BV. Supplier Code of Conduct IMPORTANT DOCUMENT PLEASE RETURN SIGNED ACKNOWLEDGEMENT Acknowledgement of Aramco Overseas Company BV Supplier Code of Conduct (Applicable to Vendors, Manufacturers, Contractors and Sub-Contractors) Aramco

More information

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

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

More information

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

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

More information

ARKANSAS 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 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 information

Invitation for Bid (IFB)

Invitation for Bid (IFB) Invitation for Bid (IFB) Procurement of Laptop The Centre for Peace and Development Initiatives (CPDI) is an independent, non-partisan and a not-for-profit civil society organization working on issues

More information

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND Procurement Services Office of the Comptroller Revised: June 2009 This publication summarizes the steps involved in Goods

More information

TERMS AND CONDITIONS Annexure "B" Major terms and conditions for concurrent audit assignment are stated as under. However, the Bank reserves its

TERMS AND CONDITIONS Annexure B Major terms and conditions for concurrent audit assignment are stated as under. However, the Bank reserves its TERMS AND CONDITIONS Annexure "B" Major terms and conditions for concurrent audit assignment are stated as under. However, the Bank reserves its right to amend / modify any condition and Bank s decision

More information

COMMUNITY LIVING BRANT POLICY AND PROCEDURE MANUAL

COMMUNITY LIVING BRANT POLICY AND PROCEDURE MANUAL PAGE 1 of 7 FILE UNDER SECTION: 4 EFFECTIVE DATE: January 2012 REVISION DATE: APPROVAL DATE: January 2012 POLICY: This Policy includes the requirements that are set out in the Broader Public Sector (BPS)

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

EXHIBIT D SPECIAL CONDITIONS REGARDING THE UTILIZATION OF MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

EXHIBIT D SPECIAL CONDITIONS REGARDING THE UTILIZATION OF MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES EXHIBIT D SPECIAL CONDITIONS REGARDING THE UTILIZATION OF MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES 1. Policy Statement a. It is the policy of the Commission to ensure competitive business opportunities

More information

27.1 Purpose and Overview

27.1 Purpose and Overview Page: 1 of 10 SUB 27.1 Purpose and Overview 27.2 Definitions 27.3 Forms 27.4 Roles and Responsibilities 27.5 Contractor Performance Evaluation Form 27.6 Interim Evaluations 27.7 Procedure Pre-Qualification

More information

FEDERAL PUBLIC PROCUREMENT DIRECTIVE MINISTRY OF FINANCE & ECONOMIC DEVELOPMENT

FEDERAL PUBLIC PROCUREMENT DIRECTIVE MINISTRY OF FINANCE & ECONOMIC DEVELOPMENT FEDERAL PUBLIC PROCUREMENT DIRECTIVE MINISTRY OF FINANCE & ECONOMIC DEVELOPMENT JUNE/2010 1 TABLE OF CONTANTS ARTICLE TITLE PAGE Part I General 1 1. Short title... 1 2. Definitions.. 1 3. Scope of Application..

More information

Tender Document - Request for Quotation

Tender Document - Request for Quotation Tender Document - Request for Quotation Subject of the Tender: Tender Number: Quantity: Fabrication and Supply of Solar Drying Units JOBS/ GIZ-001 350 Kits Tender Announcement date: April 3 rd, 2014 Tender

More information

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

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

More information

REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/16/03 Production of Booklet and Flyer needed for the GBV Costing Survey Event

REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/16/03 Production of Booklet and Flyer needed for the GBV Costing Survey Event Date: April 28, 2016 REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/16/03 Production of Booklet and Flyer needed for the GBV Costing Survey Event Dear Sir/Madam, UNFPA hereby solicits a quotation for the following

More information

OPEN SEASON. I. The BKEP Condensate Pipeline Project

OPEN SEASON. I. The BKEP Condensate Pipeline Project OPEN SEASON I. The BKEP Condensate Pipeline Project Blueknight Energy Partners, L.P. ( BKEP ) is pleased to announce the commencement of an Open Season for the BKEP Condensate Pipeline Project. The BKEP

More information

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

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

More information

Rev A. Vendor Compliance Manual

Rev A. Vendor Compliance Manual 9004160 Rev A Vendor Compliance Manual Using the Vendor Compliance Manual This manual is designed to provide you with Automation Products Group, Inc. s (APG s) supply chain requirements. Please carefully

More information

EURASIAN ECONOMIC COMMISSION COUNCIL

EURASIAN ECONOMIC COMMISSION COUNCIL EURASIAN ECONOMIC COMMISSION COUNCIL Working translation: DECISION October 9, 2014 No.94 Minsk On the Regulation on the Harmonized Procedure of Joint On-Site Inspections and of Taking Samples of Goods

More information

Supplier Requirements Manual

Supplier Requirements Manual Supplier Requirements Manual 1.0 Control Responsibility TABLE OF CONTENTS 1.1 Proprietary Information Sharing 1.2 Purpose & Approval 1.2.1 Scope 1.3 Quality Systems Management & Evaluation 1.3.1 QMS 1.3.2

More information

Manager, Sourcing Supply and Contracts, Grid Projects Approved By:

Manager, 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 information

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation [RFQ] India Brand Equity Foundation, 20 th Floor, Jawahar Vyapar Bhawan Tolstoy

More information

DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE

DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE Directorate General for Communication Directorate for Media The Director DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

Energy Auction for the CPV Sentinel Generating Facility

Energy Auction for the CPV Sentinel Generating Facility Energy Auction for the CPV Sentinel Generating Facility Energy Auction Instructions and Terms and Conditions of Participation Updated June 11, 2013 A. GENERAL A.1. Company ( SCE ) seeks to sell, by this

More information

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

T 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 information

Preparation 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 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 information

TASI01079 Request for Quotation (RFQ) Process Water Tank Repair

TASI01079 Request for Quotation (RFQ) Process Water Tank Repair TASI01079 Request for Quotation (RFQ) Process Water Tank Repair Section 1 - Objectives of RFQ, Scope of Work and Pricing: TASIAST MAURITANIE LIMITED S.A. (TMLSA) has issued this RFQ in order to solicit

More information

Request For Offers. RFO Instructions

Request For Offers. RFO Instructions SOUTHERN CALIFORNIA EDISON COMPANY Request For Offers for Resource Adequacy Purchases and Sales RFO Instructions ISSUED July 31, 2015 RFO Website on.sce.com/rarfo EMAIL INQUIRIES TO RFO@sce.com and Alan.Taylor@sedwayconsulting.com

More information

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

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

More information

FRAMEWORK CONTRACT ON TRANSPORT No. /2017

FRAMEWORK CONTRACT ON TRANSPORT No. /2017 FRAMEWORK CONTRACT ON TRANSPORT No. /2017 Customer: Title of company: DeutschMann Internationale Spedition s.r.o. Seat of company: Dopravná 1907/3 075 01 Trebišov Represented by: Jozef Poništ Identification

More information

Procurement Policy. (June 11, 2015)

Procurement Policy. (June 11, 2015) Procurement Policy (June 11, 2015) Table of Contents 1. PURPOSE AND OVERVIEW... 4 1.1. About MPAC... 4 1.2. Purpose... 4 1.3. Procurement Governance... 4 2. SCOPE AND APPLICATION... 4 2.1. Scope... 4 3.

More information

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

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

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

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

More information

WHO Prequalification of In Vitro Diagnostics Programme

WHO Prequalification of In Vitro Diagnostics Programme P r e q u a l i f i c a t i o n T e a m - D i a g n o s t i c s Information for Manufacturers on the Manufacturing Site(s) Inspection (Assessment of the Quality Management System) WHO Prequalification

More information

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

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

More information

ISSF Online Shop - Terms and Conditions

ISSF Online Shop - Terms and Conditions ISSF Online Shop - Terms and Conditions Article 1 General (1) The following Terms and Conditions shall apply to all contracts concluded via the ISSF Online Shop between the International Shooting Sport

More information

Commonwealth of Virginia

Commonwealth of Virginia Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...

More information

Supplier Quality Agreement

Supplier Quality Agreement Supplier Quality Agreement Clyde, OH Poplar Bluff, MO Brampton, Ontario Jeffersonville, IN Page 1 of 15 TABLE OF CONTENTS Table of Contents 1. Administrative Elements... 4 1.1. Scope... 4 1.2. Parties

More information