Invitation for Bid No Package Contents

Size: px
Start display at page:

Download "Invitation for Bid No Package Contents"

Transcription

1 Invitation for Bid No Package Contents Huntsville Utilities Invitation for Bid No contains various tools and tool accessories for annual bid. The bid package should include the following documents: Invitation for Bid (1pg) Terms & Conditions * (12 pgs) Proposal Form * (29 pgs) * require signature If any of the above documents are missing from your bid package, please contact Huntsville Utilities Purchasing Department ( ) as soon as possible.

2 Huntsville Utilities Tools Inventory Contract Terms & Conditions It is the intent of Huntsville Utilities that this materials contract will establish firm pricing upon award to suppliers for all commodity groupings for delivery to Huntsville Utilities designated locations in Madison County, Alabama, for the period of January 1, 2018 (approximate), through December 31, 2018, extendable up to two additional one year periods dependent upon supplier performance and product compliance with Huntsville Utilities specifications and requirements. As such, the following Terms & Conditions will define submission of proposal, and procedures and conduct upon receipt of award. Quotation will be considered valid only if this document is returned signed with your bid proposal. Bidder Qualification 1. The invitation for bidding this contract is open to any business that maintains an establishment/warehouse. For purposes of this contract, an establishment is defined as a business employing a minimum of two employees during normal work weeks (9-5 work hours, approximate) wherein the business is properly licensed for the county of origin, and any other state or city licenses imposed for engaging in the type of activity for which this contract will be awarded. 2. It is not the intent or purpose of this bid invitation to contradict or supersede previous documents which either limited or barred any potential bidder from quoting this contract in whole or in part. 3. Proposals submitted by suppliers located in the county of Madison, Alabama, will be given a 3% local preference over suppliers located outside the county of Madison, Alabama. Proposal Submission 4. Huntsville Utilities will receive sealed bids until the date and time of bid opening (December 8, 2017 at 2:00 p.m. Central). Bids will be opened at Huntsville Utilities location at the following address: 112 Spragins Street, Huntsville, Alabama, Bids will be opened no earlier than the indicated date and time. 5. Evaluation and selection of successful bidders will be within the times and priorities of Huntsville Utilities. 6. Bids must be submitted in a sealed envelope. Bids sent via US Mail should be addressed to: Huntsville Utilities, P.O. Box 2048, Huntsville, Alabama, 35804, Attn: Lynn Conditions 2

3 Brown. Bids send via other courier (Federal Express, UPS, etc.) should be addressed to: Huntsville Utilities, 112 Spragins Street, Huntsville, Alabama, 35801, Attn: Lynn Brown. Each bidder s sealed envelope should show in the lower left corner the bid number (IFB 12-05) and the bid opening date and time (December 8, 2:00 p.m.). Responsibility for assuring bid arrival at bid opening location prior to bid opening date rests with the bidder. Proposals sent via facsimile machine will not be accepted. Proposals will not be accepted via telephone. Huntsville Utilities is under no obligation to pay postage due on bid packages. 7. Unsigned proposals will not be considered. Bidder s name, address, telephone number, facsimile number, address (if available) and contact person(s) must be included. 8. Penciled bids will not be accepted. Errors will not be corrected after the bid opening; however we reserve the right during our evaluation process to verify entries that appear to be obvious arithmetic, typing, or similar errors. 9. Proposals may be withdrawn only by written request of the bidder, or by a superseding proposal. 10. Late bids will not be considered. 11. No Federal or State Taxes is to be included in your bid in whole or in part. 12. Incomplete proposals are subject to rejection to Huntsville Utilities discretion. 13. Proposals must be received on the enclosed Proposal Forms. Bids not submitted on the enclosed Proposal Forms will be rejected. Supplemental information may be included via separate letter with your proposal. 14. Each proposal should contain the following (as stipulated/defined on the actual Proposal Form): A. Identification by manufacturer (and model/catalog number if available). All Proposals must identify the manufacturer and model/catalog number of each item quoted, referencing the corresponding Huntsville Utilities Item Number. B. Normal Supplier Stock Item. Bidders must identify by Huntsville Utilities Item Number (provided) standard items within the confines of this contract that are normally a part of bidder in-stock inventory. C. Unit Price. All proposals must identify the unit price quoted per item, and description of unit, which will normally be each, foot, or pound for this Conditions 3

4 action. Where a price break exists for quantity purchases, we reserve the right to consider such price breaks, if quoted. We reserve the right to consider price breaks for quantity purchases, if offered. Pricing Subtext (Upon Award): 1) Upon award, pricing will remain firm for the entire period of this contract except where manufacturer increases supplier s costs (or, in instances of manufacturers, where raw materials, labor, or other costs are increased), at which time changes in price are negotiable. Supplier must give Huntsville Utilities contract administrator a minimum of thirty (30) days prior written notification of any change in price before any increase will be accepted, and provide proper justification from manufacturer, metals market, etc for consideration. 2) Huntsville Utilities has the right to accept or reject any such proposed change in price within fifteen (15) days of receipt of supplier s written notice of such change in price. 3) Repeated price increases will be grounds for termination of contract. D. Supplier Back-up Quantity. Supplier back-up quantities are generally onefourth of Huntsville Utilities usage for the previous twelve months. Upon award, supplier is required to maintain all quantities designated as back-up quantities in supplier inventory for immediate delivery to Huntsville Utilities. E. Availability of material upon receipt of order. We require all material received upon receipt of order for this contract to be no greater than one day on all items for which Huntsville Utilities has designated a supplier back-up quantity. The supplier back-up quantity is to be maintained in supplier stock for same day/next day delivery. We require all materials received upon receipt of order for items within this contract that do not require a supplier back-up quantity. Repeated failure to deliver materials per contract/order requirements may result in supplier probation and/or termination of contract in whole or in part. F. FOB Point. We require FOB at our receiving points. All proposals must be FOB destination at Huntsville Utilities receiving points, freight prepaid and allowed as follow: 1) Title and risk of loss pass to Huntsville Utilities at destination points; 2) Supplier prepays freight charges; 3) Supplier must file claims for loss, damage, or overnight charges (if any) for good in transit, except where superseded by Huntsville Utilities at time or order placement. Preference will be given to proposals that are FOB our receiving points where, in the judgment of Huntsville Utilities, two or more proposals are in other respects substantially equivalent. G. Payment Terms. Huntsville Utilities reserves the right to consider payment terms, discounts, or any alternative pricing proposals in awarding the contracts. Conditions 4

5 Proposal Evaluation 15. Huntsville Utilities reserves the right to reject any bid, in whole or in part. 16. Evaluation and award of this action will be based upon the priorities of Huntsville Utilities. 17. Huntsville Utilities reserves the right to award this action on a lot basis as indicated within the IFB Package Contents or the actual Proposal Form. Huntsville Utilities reserves the right to combine Sub-Lots or related sections and award on a lot basis. Huntsville Utilities reserves the right to omit items for any lot as indicated within the IFB Package Contents or the actual Proposal Form at its sole discretion. 18. Huntsville Utilities reserves the right to consider recent orders (as to on-time or late deliveries) in awarding the contract. 19. Huntsville Utilities reserves the right to consider alternate pricing proposals that include an empty reel return policy for credit. 20. Huntsville Utilities reserves the right to consider supplier s offer to stock items that do not list back-up quantities, if offered. 21. Huntsville Utilities reserves the right to consider current suppliers vendor evaluation grade and average grade during the evaluation process of this action. Huntsville Utilities reserves the right to consider the lack of a vendor evaluation grade for any supplier who has no (or limited) prior history as a supplier of materials awarded via materials inventory contract to Huntsville Utilities. If a situation occurs wherein a bidder with no (or limited) prior history as a supplier of materials awarded via materials inventory contract to Huntsville Utilities submits a proposal for the action, Huntsville Utilities reserves the right to limit the overall number or items awarded to bidder to no more than 10-30% of overall list of items to Huntsville Utilities sole discretion. Bid Tabulation 22. A copy of the tabulation for this action will be provided upon request. Pre-Approved Manufacturer/Styles & Specifications 23. All listed pre-approved manufacturers/styles are considered proven and acceptable products of natural gas, water and electric distribution materials for use on the Huntsville Utilities System. You may quote any of the pre-approved manufacturers/styles or an equivalent. If an equivalent manufacturer/style is Conditions 5

6 quoted, the bidder must provide descriptive literature which demonstrates that Huntsville Utilities requirements are met. Huntsville Utilities is the sole judge of equivalency. 24. The possibility exists that changes to Huntsville Utilities specifications and requirements may arise during the contract period. If such a circumstance does occur, Huntsville Utilities reserves the right to negotiate with the supplier regarding pricing to modify pricing and find a suitable replacement product for the remaining tenure of the contract. If a suitable resolution for both the supplier and Huntsville Utilities cannot be reached, Huntsville Utilities reserves the right to terminate the contract for such items and recompete said items for the remaining duration of the contract period. Award Notification 25. Bidders will be notified in writing via letter of any and all material for which bid/supplier is awarded. Award will include supplier blanket, award number, Huntsville Utilities item number(s) of material awarded, brief description of material awarded, manufacturer/style quoted/awarded, unit price quoted/awarded, and supplier back-up quantity (if applicable). Award Definition 26. Award of any portion of this action stipulates that awarded supplier stock material as require by Huntsville Utilities to meet Huntsville Utilities demands during the lifetime of the contract. The materials to be stocked are quarterly target usage quantities and will be referred to henceforth as supplier back-up quantities. Supplier back-up quantities are generally one fourth of Huntsville Utilities anticipated usage for the past twelve months, dependent upon current requirements. As usage or requirements increase or decrease, contract administrator may adjust back-up quantities accordingly. All changes to supplier back-up quantities in their stock for immediate delivery to Huntsville Utilities, and also an obligation from Huntsville Utilities to purchase the back-up quantities maintained in stock as a result of the award from supplier. Requirements Upon Award 27. Supplier must provide quarterly documentation that shall be referred to henceforth as supplier inventory reports. Supplier inventory reports must indicate the actual stock maintained within supplier warehouse during a specific period as a result of this contract. The purpose of providing supplier inventory reports to Huntsville Utilities is to protect both the supplier and Huntsville Utilities from being burdened with excessive and/or unnecessary stock. Reports will be examined by contract administrator in an effort to identify and eliminate over or under stockage by supplier) bases on our anticipated usage and requirements) which would otherwise be unknown to supplier. Conditions 6

7 Supplier inventory reports must contain the following information (by Huntsville Utilities item number): 1. Date of actual inventory; 2. Quantity of all contract items in stock at supplier warehouse; 3. Quantity of all contract items currently on order/in transit to supplier warehouse, and anticipated delivery dates. If award is extended, reports will continue based on the above guidelines. Supplier inventory reports must be provided per the above schedule, and returned to Huntsville Utilities contract administrator no greater than one day after the final inventory due date. Reports may be faxed or mailed. 28. Failure to provide supplier inventory reports is ground for termination of contract in whole or in part. 29. Huntsville Utilities reserves the right to police quantities on hand/on order by supplier (as indicated by supplier inventory reports) to eliminate over or under stockage due to changes in Huntsville Utilities demands and/or requirements. All proposed changes in quantities to be ordered or stocked by supplier for Huntsville Utilities will be negotiated, the results of which will be confirmed in writing. 30. Huntsville Utilities reserves the right to visit supplier s warehouse to verify documentation provided in Paragraph 28. Orders will be evaluated based on timeliness of delivery and order fill rate. Timeliness of deliver (whether delivered on time, or after the requested delivery date) will represent 50% of evaluation. The order fill rate (% of items delivered complete with no back orders) will represent 50% of evaluation. Huntsville Utilities reserves the right to deduct one (1) point from supplier s overall grade each quarter for each error/discrepancy in paper work submitted by supplier to Huntsville Utilities. This included errors in packing slips, shipping tickets, invoices, or other similar type errors. Suppliers must maintain both a 95% or higher rating for both on-time delivery and fill rate, and also an overall rating of 95% or higher to continue participation in the contract. 31. Evaluation will be conducted quarterly as follows: First Quarter to include the months of December, January, February Conditions 7

8 Second Quarter to include the months of March, April, May Third Quarter to include the months of June, July, August Fourth Quarter to include the months of September, October, November Evaluation will be scheduled for each quarter after all orders issued during the quarter have been delivered in their entirety. Note: Huntsville Utilities will provide a 90 day grace period during the First Quarter 2012 (wherein Huntsville Utilities will waive the 95% or higher evaluation requirement) to provide supplier adequate time to establish their supplier back-up quantities solely for Huntsville Utilities. 32. Upon reward, Huntsville Utilities anticipates receiving only material/products that comply with applicable Huntsville Utilities specifications and/or pre-approved material list as found within the bid package; Huntsville Utilities will not accept alternate products without advance notification and approval confirmed in writing. Huntsville Utilities specifications must be adhered to. Bidders must submit affirmation that all products proposed do in fact meet all aspects of Huntsville Utilities specifications. Exceptions to our specifications, narrative descriptions, or any other requirements to this contract must be called out either on your proposal form or by separate letter. Exceptions cited after bidder s receipt of award and delivery of material which does not meet our requirements (either by failing to meet all aspects of our specifications or substitution of unapproved material to fill orders) is grounds for the following: immediate termination of contract in its entirety; supplier/manufacture probation; or removal of supplier/manufacturer from approved bidders list. 33. Orders as a result of this contract will normally be issued by individual purchase orders or releases. Order/releases may be phoned or faxed in to expedite delivery; however a confirming, written and validated by signature purchase order/release will be furnished to supplier for each action origination from an award from this contract. 34. A confirming acknowledgment must be provided for each purchase action origination from this contract at the request of Huntsville Utilities. 35. Confirming purchase action acknowledgment, if so requested by Huntsville Utilities, must be provided as follows: 1. Verbal or written acknowledgment of receipt of order by supplier immediately upon vendor receipt of order by Huntsville Utilities; 2. Monthly written acknowledgment/update of all open orders origination from award of this action. Acknowledgment/update must contain scheduled manufacturing shipping dates for all material on back-order. Conditions 8

9 36. Deliveries of all material awarded within this contract which contain supplier back-up quantities are to be made the same day or order placement, or the next working day, upon receipt of purchase authorization by phone, fax, or in writing. Deliveries for all materials awarded as a result of this action which do not contain a supplier back-up quantity are to be made within two four weeks upon receipt of purchase authorization, whether by telephone, fax, or in writing. Deliveries made beyond the required lead times will be considered late or past due. Repeated late or past due deliveries subject supplier to any of the following penalties: 1) immediate termination of contract in whole or in part; 2) supplier probation; 3) removal of supplier and/or manufacturer from Huntsville Utilities approved bidders list. 37. Each delivery from orders placed as a result of this contract must include a packing slip containing the following minimum information: 1. Huntsville Utilities Purchase Order/Release Number; 2. Huntsville Utilities Item Number for each item delivered (Huntsville Utilities Item Numbers are six digits, and will appear on all orders/releases); 3. Generic description for each item delivered (Ex: 2X Rainsuit); 4. Quantity ordered of each item (referencing Huntsville Utilities item number); 5. Unit of Measure of each item; 6. Quantity shipped/delivered of each item (referencing Huntsville Utilities Item Number); 7. Any single delivery that includes materials from multiple orders/releases must include separate packing slips for each order/release. One receipted/signed (by Huntsville Utilities stores personnel) copy of the packing slip will be retained by supplier s driver. 38. Pricing will remain firm for the entire period of contract except where manufacturer increase supplier s costs, at which time changes in price become negotiable. Supplier must give Huntsville Utilities a minimum of thirty (30) days prior written notification of any request for change in price before any increase will be accepted, and provide proper justification from manufacturer. 39. Huntsville Utilities has the right to accept or reject any proposed price increase within fifteen (15) days of receipt of supplier written notice of request for change in price. Conditions 9

10 40. Repeated price increases are grounds for supplier probation or termination of the contract in whole or in part. 41. All invoices from orders as a result of this contract must be mailed to the following address: Huntsville Utilities P.O. Box 2048 Huntsville, AL Attn: Accounts Payable 42. All invoices from orders placed as a result of this contract must include the following: 1. Huntsville Utilities Purchase Order/Release Number; 2. Huntsville Utilities Item Number for each item invoiced; 3. Generic Description for each item invoiced (Ex: 2X Rainsuit); 4. Quantity ordered of each item; 5. Quantity invoiced of each item 6. Supplier s unit price for each item, extended and totaled; 7. Any single delivery that includes items from multiple orders/releases must be invoiced separately for each order/release. 43. Bidder shall warrant to Huntsville Utilities that each item purchased upon award as a result of this contract shall be as follows: 1. Item (and all materials used in the manufacture thereof) shall be new, unused material; 2. Item shall conform in all respects to drawings, specifications, and all other conditions as stipulated within this contract; 3. Item (and all materials used in the manufacture thereof) shall be free from defects in design or workmanship until the expiration of twelve (12) months after the date on which the item was placed into service for the purpose for which it was purchased (except where otherwise noted or superseded via Huntsville Utilities specifications). 44. If any material, or any part thereof, fails to meet the foregoing warranties listed in Article 43, and Huntsville Utilities notifies supplier within a reasonable time after Conditions 10

11 such failure, supplier shall thereupon promptly correct such failure at its sole expense, including all shipping costs, replacement costs, or other costs associated with any consequential damages or delays to Huntsville Utilities. 45. Supplier shall indemnify Huntsville Utilities against any and all injury, death, and damage and loss to persons or property caused by materials (and all materials used in the manufacture thereof), properly installed for the purpose for which the item (and all materials used in the manufacture thereof) was purchased, furnished by supplier upon award of this contract, whether performed on the premise of Huntsville Utilities, or elsewhere. 46. Failure to comply with all conditions set forth by the document subjects supplier to the following conditions: A) termination of contract in whole or in part; B) Removal from supplier from Huntsville Utilities approved bidder s list, tenure of removal to be at Huntsville Utilities discretion. 47. Upon termination of contract (due to expiration, or other reasons not associated with failure to supplier to comply with the Terms and Conditions of this action), Huntsville Utilities will purchase materials maintained in supplier stock as a result of award of this contract within ninety (90) days termination of contract. Huntsville Utilities will purchase only quantities of items designated as supplier back-up quantities for this contract. Huntsville Utilities will purchase such itemsmaterial at the items applicable contract price upon termination of contract. 48. Huntsville Utilities will not indemnify supplier for any items maintained in supplier s inventory as a result of termination of this contract due to supplier s failure to comply with the Terms and Conditions of this action in whole or in part. 49. No guarantees are made as to quantities to be ordered (other than those quantities defined as back-up quantities). 50. Either party may terminate contract (after award notification) in whole or in part upon 30 days prior written notification. Questions pertaining to this contract should be addressed to contact person: Mrs. Lynn Brown ( ). Upon award, supplier is expected to inform contract administrator Mrs. Lynn Brown of any new products or industry advances which offer cost savings because to price, quality, or other advantages to either replace or supplement existing materials included in this contract. Bidder affirms that bidder has reviewed the above 50 Terms & Conditions for quoting and participation in the Huntsville Utilities Small Tools Inventory System Contract 17-31, and agree to adhere to same if awarded any or all parts of contract. Separate letter must note exceptions. Conditions 11

12 Bidder: Organization Address City/State/Zip Phone/Fax Numbers Signature (Not valid unless signed) Date Title Address Conditions 12

ABERDEEN SCHOOL DISTRICT NO South Third Street Aberdeen, SD 57401

ABERDEEN SCHOOL DISTRICT NO South Third Street Aberdeen, SD 57401 ABERDEEN SCHOOL DISTRICT NO. 6-1 1224 South Third Street Aberdeen, SD 57401 BID TITLE: TIME AND DATE DUE: LOCATION OF BID OPENING: Printer Toner and Ink 2:00 p.m. Central Daylight Time Tuesday, May 19,

More information

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Inventory Management

More information

Request for Bids Capital Region Airport Authority

Request for Bids Capital Region Airport Authority Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: May 12, 2010 TO: RE: ALL PROSPECTIVE BIDDERS BID

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

CITY OF HOPKINSVILLE

CITY OF HOPKINSVILLE CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241 TITLE: HOPKINSVILLE CHRISTIAN COUNTY EMERGENCY COMMUNICATIONS CENTER (ECC)

More information

Supply and Delivery. Chromebase All-in-One Computers

Supply and Delivery. Chromebase All-in-One Computers T E N D E R Supply and Delivery Of Chromebase All-in-One Computers Closing Date: Tuesday, March 13, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

Measure. As per attached specifications in Appendix A Subtotal HST Total

Measure. As per attached specifications in Appendix A Subtotal HST Total TENDER SUBMISSION FORM Central Regional Health Authority (Please submit tender submission form to the address checked below) James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander,

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

INVITATION FOR BID Medical Supplies 2016

INVITATION FOR BID Medical Supplies 2016 INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR

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

Request for Quotation for Subscription Management Services Solicitation Number RFQ Subscription Service

Request for Quotation for Subscription Management Services Solicitation Number RFQ Subscription Service Request for Quotation for Subscription Management Services Solicitation Number 2019-2021 RFQ Subscription Service The Library Network (TLN) seeks price quotations from qualified vendors who will provide

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

Supply and Delivery of Boltless Metal Shelving Units

Supply and Delivery of Boltless Metal Shelving Units T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

More information

INVITATION FOR BID #2 FUEL OIL

INVITATION FOR BID #2 FUEL OIL Susquehanna Community SD (SCSD) INVITATION FOR BID #2 FUEL OIL April 1, 2019 INVITATION FOR BID #2 Fuel Oil The Susquehanna Community SD is soliciting sealed bids for #2 fuel oil for the period of September

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

THOMAS S. MACKEY WATER TREATMENT PLANT GULF COAST WATER AUTHORITY TECHNICAL SPECIFICATIONS FOR POWDERED ACTIVATED CARBON (BULK)

THOMAS S. MACKEY WATER TREATMENT PLANT GULF COAST WATER AUTHORITY TECHNICAL SPECIFICATIONS FOR POWDERED ACTIVATED CARBON (BULK) THOMAS S. MACKEY WATER TREATMENT PLANT GULF COAST WATER AUTHORITY TECHNICAL SPECIFICATIONS FOR POWDERED ACTIVATED CARBON (BULK) BID QUANTITIES: POWDERED ACTIVATED CARBON ~150,000-200,000 POUNDS Gulf Coast

More information

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH SPECIFICATIONS FOR TENDER #0171-1807 SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH CLOSING DATE: 20th of March, 2018 CLOSING TIME: 2:00 PM (Newfoundland Time) Invitation to Tender

More information

CITY OF FULTON, MISSOURI INVITATION FOR BID

CITY OF FULTON, MISSOURI INVITATION FOR BID CITY OF FULTON, MISSOURI INVITATION FOR BID MAIL BIDS TO: CITY OF FULTON C/O Courtney Crowson, City Clerk P.O. BOX 130 FULTON, MO 65251-0130 HAND DELIVER TO City Clerks Office: 18 EAST 4 TH. STREET EXPRESS

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

Please include a business card with updated contact information in the packet.

Please include a business card with updated contact information in the packet. January 8, 2019 To Whom It May Concern: is requesting sealed bid proposals for BID# 19-002 DC3 AVer CP Series CP8641 86 LED Displays. If you have questions please see contact information in the specifications

More information

Invitation for Bid - Standard Office Furniture / Task Chair

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

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

SPECIFICATIONS FOR TENDER # SUPPLY OF TWO OTOACOUSTIC EMISSION SCREENERS FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY OF TWO OTOACOUSTIC EMISSION SCREENERS FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER # 0171-1015 SUPPLY OF TWO OTOACOUSTIC EMISSION SCREENERS FOR WESTERN HEALTH CLOSING DATE: March 4,2010 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for 1.0

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 brm Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government

More information

DOOLY COUNTY SCHOOLS. Copier Bid #

DOOLY COUNTY SCHOOLS. Copier Bid # DOOLY COUNTY SCHOOLS Copier Bid #02-2017 Multifunction Copier/Print Request for Proposal Dooly County Schools (the District ) is seeking proposals from qualified vendors to provide and maintain a fleet

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

SPECIFICATIONS FOR TENDER # SUPPLY OF MRI RADIOLOGICAL CONTRAST MEDIA FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY OF MRI RADIOLOGICAL CONTRAST MEDIA FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER #0171-0964 SUPPLY OF MRI RADIOLOGICAL CONTRAST MEDIA FOR WESTERN HEALTH CLOSING DATE: 8 December 2009 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for MRI Radiological

More information

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR QUOTATION Q05.2016 SHAREPOINT SUPPORT SERVICES Sealed bids submitted on the included

More information

Fill material and Top Soil

Fill material and Top Soil CITY OF CONWAY SOUTH CAROLINA BID PACKAGE: 7-2018 Fill Material and Top Soil Fill material and Top Soil BID OPENING: 2:00 PM at Conway Public Works Complex 2940 Jerry Barnhill Blvd Conway SC Thursday,

More information

p.m

p.m REQUEST FOR QUOTATION No. 9465 TROY SCHOOL DISTRICT REQUISITION DUE DATE NO LATER THAN 1140 RANKIN, TROY, MICHIGAN 48083 11-8-07 3 p.m. 248-823-4052 FAX: 248-823-4077 DATE 10-29-07 REQUEST FOR QUOTE NOT

More information

ADDENDUM # 1 TENDER # CR Addition to scope of work Carmelite House, Grand Falls- Windsor location.

ADDENDUM # 1 TENDER # CR Addition to scope of work Carmelite House, Grand Falls- Windsor location. ADDENDUM # 1 TENDER # CR-1098 Sweeping and Line Painting for Various Sites Operated by Central Health. Addition to scope of work Carmelite House, Grand Falls- Windsor location. Same Specifications Apply.

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library I INVITATION TO BID FLOORING MATERIALS The is accepting sealed bids for the purchase and installation of Flooring Materials at the until 2:30 p.m. (our clock) on November 28, 2016 at City Hall located

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE 08/25/2017 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

More information

CD Supplier Handbook. * Marine Canada Acquisition Limited Partnership DBA Teleflex Canada

CD Supplier Handbook. * Marine Canada Acquisition Limited Partnership DBA Teleflex Canada * 2 / 8 TABLE OF CONTENTS 1. Section One Introduction 1.1. Objective 1.2. Scope 2. Section Two Quality Expectations 2.1 Change Notification 2.2 Quality Data & Records 2.3 Verification of Supplier's Products

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

Parts Price Policy. The standard terms on all parts orders are NET 30 days.

Parts Price Policy. The standard terms on all parts orders are NET 30 days. Parts Price Policy GENERAL The pricing policies of Partners Choice for distributors are based on the functions being performed by the distributor. The distributor purchases parts at a multiplier of the

More information

Terms and Conditions of Sale

Terms and Conditions of Sale Rev 12-1-17 General Information This price schedule supersedes any and all previous price schedules. We do not honor prices quoted from an obsolete price schedule nor do we honor prices for obsolete products

More information

INSTRUCTIONS TO BIDDERS

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

More information

Template proposed contract

Template proposed contract Template proposed contract Annex IV LONG TERM AGREEMENT LTA No: YEAR/No. DD/MM/YY Date: UNITED NATIONS ENTITY FOR GENDER EQUALITY AND THE EMPOWERMENT OF WOMEN (UN-Women) 220 East 42 nd Street New York,

More information

DOOLY COUNTY SCHOOLS. Copier Bid #

DOOLY COUNTY SCHOOLS. Copier Bid # DOOLY COUNTY SCHOOLS Copier Bid #01-2017 Multifunction Copier/Print Request for Proposal Dooly County Schools (the District ) is seeking proposals from qualified vendors to provide and maintain a fleet

More information

DOOLY COUNTY SCHOOLS. Copier Bid #

DOOLY COUNTY SCHOOLS. Copier Bid # DOOLY COUNTY SCHOOLS Copier Bid #01-2017 Multifunction Copier/Print Request for Proposal Dooly County Schools (the District ) is seeking proposals from qualified vendors to provide and maintain a fleet

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)

Request for Quotation (RFQ) AECOM International Development, Inc. Strengthening Watershed & Irrigation Management - SWIM Hawa Shenasi Street, Dreshak Hotel Services, Kabul, Afghanistan. (+) 93 72 892 2122 Request for Quotation (RFQ)

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: March 19, 2010 TO: ALL PROSPECTIVE BIDDERS RE:

More information

POLICY AND PROCEDURE MANUAL

POLICY AND PROCEDURE MANUAL Dayton Parts, LLC. P.O. Box 5795 Harrisburg, PA 17110-0795 (800) 233-0899 (800) 225-2159 Fax POLICY AND PROCEDURE MANUAL 1. Contact/Ordering information 2. Business Hours 3. Products 4. Prices 5. Price

More information

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) BID SUBMITTAL DATE, TIME, & LOCATION: August 21, 2018 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC 29464

More information

REQUEST FOR QUOTE RF44-Throwbot XT

REQUEST FOR QUOTE RF44-Throwbot XT REQUEST FOR QUOTE RF44-Throwbot XT Hard Copy Bids... Hard copy bids must be received on or before the due date and time listed above at the following physical location regardless of delivery method: 8543

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

If you have questions please see contact information in the specifications sheet for Paul Johnson, Personal Computer Tech.

If you have questions please see contact information in the specifications sheet for Paul Johnson, Personal Computer Tech. June 1, 2018 To Whom It May Concern: is requesting sealed bid proposals for BID# 18-012 DC3 Purchase Laptops Computers for ALC. If you have questions please see contact information in the specifications

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 run Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details TABLE OF CONTENTS Shipping Information Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details Machine Performance Standards Mailing Equipment Specifications Weighing

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Return Bids By 11:00 AM, 01/21/2015 to: Jessica Tonka Purch Ass't KK TPU Administration Building North 3628 S. 35th St. Tacoma WA 98409 Ph. 253-502-8332 Fax.253-502-8372 Material will ship to: Tacoma Power

More information

City of Bartlett. Request for Proposal. Nortel Phone System

City of Bartlett. Request for Proposal. Nortel Phone System City of Bartlett Request for Proposal Nortel Phone System November 6, 2009 Dear Vendor: November 6, 2009 The City of Bartlett is actively pursuing installation of a Nortel Phone System to be located at

More information

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

Instructions. Specifications. For. Water Treatment Plant Chemical Bid Instructions & Specifications For Water Treatment Plant Chemical Bid Bid Number 2014-002 Hardin County Water District No. 2 Elizabethtown, Kentucky January 24, 2014 Shaun Youravich, Operations Manager

More information

ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT

ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT BUSINESS SERVICES PURCHASING AND CONTRACT GUIDE PURCHASING AND CONTRACT GUIDE BUSINESS SERVICES TABLE OF CONTENTS Purchasing of Supplies. Equipment and Services....1

More information

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA)

Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) Counterpart International Afghanistan Afghan Civic Engagement Program (ACEP) Request for Quotation (RFQ) for Blanket Purchase Agreement (BPA) RFQ Number: CPI-ACEP-BPA-18-12 Issuance Date: October 14, 2018

More information

PURCHASING MANUAL & POLICIES

PURCHASING MANUAL & POLICIES PURCHASING MANUAL & POLICIES 1 TABLE OF CONTENTS TABLE OF CONTENTS.2 PURPOSE OF MANUAL 3 PURCHASING AGENT..4 PURCHASING OBJECTIVES..5 POLICY.....6 & 7 RESPONSIBILITIES..8 GENERAL PROCEDURES....9 PROCUREMENT

More information

Terms & Conditions Case Study:

Terms & Conditions Case Study: EDUCATION & RESEARCH FOUNDATION Terms & Conditions Case Study: The Tale of TED Electric Supply This research study has been generously sponsored by the NAED Education & Research Foundation s Channel Advantage

More information

Supplier Policies & Procedures

Supplier Policies & Procedures 20.0 PERFORMANCE REQUIREMENTS Supplier Policies & Procedures True Value is committed to providing its Retailers with products that consistently meet or exceed their expectations for value and merchandise

More information

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO I. INVITATION AND INTENT The City of Salida invites all interested, qualified persons or firms capable of providing

More information

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date: NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI - 620 015 DEPARTMENT OF ACADEMIC OFFICE NOTICE INVITING QUOTATIONS File No. NITT/F.No. 020/PROJ/2018-19/DAC Date: 10.10.2018 To Sealed quotations are invited

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

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE:

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: This agreement should be used when establishing a new Long Term Agreement (LTA) with a supplier, in line with UN Women Financial Rules and Regulations

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

Credit Application. JMF Company and Subsidiaries nd St. Ct. Fax: (563)

Credit Application. JMF Company and Subsidiaries nd St. Ct. Fax: (563) Credit Application 2735 62nd St. Ct. Fax: (563) 332-2799 Email: credit@jmfcompany.com Please complete the following and fax or email back to JMF. Company Name: City/State/Zip: Phone Number: Requested Credit

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

Supplier Quality Manual

Supplier Quality Manual Supplier Quality Manual 1 1. Introduction Scope Purpose Application Implementation 2. Purchasing Expectations Terms and Conditions Engineering / Technical Support Customer Support Resources Pricing Consistent

More information

INVITATION FOR BID December 11, 2018

INVITATION FOR BID December 11, 2018 mawsj Lisa Russell, Buyer II Office (251) 694-3162 lrussell@mawss.com Mobile Area Water and Sewer System 4725 Moffett Road Suite A Mobile, AL 36618-2236 PO Box 180249 Mobile, AL 36618-0249 INVITATION FOR

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder s risk.

More information

TERMS & CONDITIONS PARTS SALES

TERMS & CONDITIONS PARTS SALES Page 1 of 14 TERMS & CONDITIONS PARTS SALES Effective January 1, 2018 revised 04/2018 Rhino and EarthMaster are registered trademarks of Alamo Group Inc. Page 2 of 14 TABLE OF CONTENTS Parts Policy pg.

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE Mailing Address: P.. Box 1948 Mobile, Alabama 36633 (251) 28-7434 run Buyer: 3 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-48 25 Government

More information

SPECIFICATIONS FOR TENDER # SUPPLY OF SIX POLYCOM GROUP SERIES 310 VIDEO CONFERENCE UNITS

SPECIFICATIONS FOR TENDER # SUPPLY OF SIX POLYCOM GROUP SERIES 310 VIDEO CONFERENCE UNITS SPECIFICATIONS FOR TENDER # 0171-1704 SUPPLY OF SIX POLYCOM GROUP SERIES 310 VIDEO CONFERENCE UNITS CLOSING DATE: 7 th of March 2017 CLOSING TIME: 2:00 P.M. (Newfoundland Time) Invitation to Tender for

More information

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT 1 ` CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT RFQ (Formal Bid) Bid #C14-10 Annual, Bermuda Sod April 21, 2014 1. Sealed bids will be received by Randy Hinds, Purchasing agent for the City of

More information

Name & Specification of the Item. (Annexure 1)

Name & Specification of the Item. (Annexure 1) Name & Specification of the Item (Annexure 1) Special Terms & conditions (Optional) (Annexure 2) Annexure 3 General Terms & conditions Instructions to the bidder 1. The bid should remain valid for a period

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

Pos Service Holland (SA) Pty Limited

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

More information

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

Hong Kong Science and Technology Parks Corporation

Hong Kong Science and Technology Parks Corporation Hong Kong Science and Technology Parks Corporation REQUEST FOR QUOTATION Biomedical Technology Support Centre Thermo cycler (REF #: RFQ/BSC/2018/001) Ref #: RFQ/BSC/2018/001 1 of 13 PURPOSE Hong Kong Science

More information

Doing Business with Canyon Independent School District

Doing Business with Canyon Independent School District Doing Business with Canyon Independent School District Canyon Independent School District Purchasing Department 3301 N 23 rd Street Canyon, TX 79015 Phone: (806) 677 2600 Fax: (806) 677 2658 General Information

More information

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico 88241 INVITATION TO BID SUBJECT: HMS Nutritional Services Milk BID NUMBER: 1415-04 OPENING DATE: PLACE OF OPENING: July 2 nd, 2014 2:00 p.m. Hobbs

More information

Single Tender Enquiry

Single Tender Enquiry NATIONAL INSTITUTE OF TECHNOLOGY RAIPUR 492 010, CHHATTISGARH Single Tender Enquiry Department: Electrical Engineering Enquiry No: NITRR/S & P/Prop/EE/2019/19 Date: 18/01/2019 To, M/s Hind Electronika

More information

SPECIFICATIONS FOR TENDER # Wanderguard System SUPPLY OF FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # Wanderguard System SUPPLY OF FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER # 1271-1010 Wanderguard System SUPPLY OF FOR WESTERN HEALTH CLOSING DATE: February 22,2010 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for 1.0 General Provisions

More information

Hardin County Water District No. 2 Invitation to Bid for Treatment Chemicals

Hardin County Water District No. 2 Invitation to Bid for Treatment Chemicals Hardin County Water District No. 2 Invitation to Bid for Treatment Chemicals Hardin County Water District No. 2 (the District ) will receive sealed bids on Water Treatment Plant Chemicals, Bid Number 2019-002

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION To, GAIL WEBSITE VENDOR, India Vendor Code : 101019938 No. :GAIL/VAG/9757/C/3200026824/&P/LAB/104/6 Date:14.12.2006 Due on : 03.01.2007 at 14:00 Hrs IST Tender Opening Date : 03.01.2007

More information

Terms and Conditions of Sale

Terms and Conditions of Sale Rev 10-1-18 General Information All descriptions, quotations, proposals, offers, acknowledgments, acceptances and sales of DoorKing products are subject to and shall be governed exclusively by the terms

More information

Terms and Conditions of Sale

Terms and Conditions of Sale Rev 10-1-18 General Information All descriptions, quotations, proposals, offers, acknowledgments, acceptances and sales of DoorKing s products are subject to and shall be governed exclusively by the terms

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 DATE 06/13/2016 nm 002 Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

More information

Gadsden City Schools

Gadsden City Schools Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing

More information