POSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT

Size: px
Start display at page:

Download "POSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT"

Transcription

1 POSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT Submission Date: September 23, 2015 Submitted To: Director, Fairness Monitoring Departmental Oversight Branch Public Works and Government Services Canada Submitted By: RFPSOLUTIONS INC Carling Ave., Suite 202 Kanata, Ontario, Canada K2K 2A4 Telephone: (613) Fax: (613) Website:

2 TABLE OF CONTENTS 1. Introduction Project Requirement Attestation of Assurance Methodology Fairness Monitor Activities and Observations ) Procurement Planning/Pre-Issue Stage ) LOI Posting ) LOI Close ) LOI Evaluation Instructions ) LOI Submission Evaluation ) RFP Period ) RFP Close ) Evaluation Instructions ) Administrative Review ) Technical Evaluation ) Price Evaluation and Bidder Selection ) Communications and Debriefing Reference Documents i -

3 - Page intentionally left blank - - ii -

4 1. INTRODUCTION RFP Solutions Inc. was engaged as a Fairness Monitor to observe the competitive procurement process for a Construction Manager for the Postal Station B Envelope Rehabilitation and Base Building Upgrade Project, managed by Public Works and Government Services Canada (PWGSC). RFP Solutions Inc. was engaged on April 15, RFP Solutions Inc. is an independent third party with respect to this activity. The procurement process was conducted through a two phase solicitation process. A prequalification of interested construction management firms was conducted under a Letter of Interest (LOI) process, issued by PWGSC as Solicitation Number EP /A. This phase required firms to demonstrate their experience and capacity to carry out the work. The firms that met the prequalification requirements as defined in the LOI were then invited to submit competitive bids during the subsequent Request for Proposal (RFP) phase of the solicitation. This RFP was issued by PWGSC as Solicitation Number EP /B. The RFP phase covered the detailed approach to the work, and the pricing and terms offered, and constituted the bid to be evaluated. We hereby submit this Final Report, covering the activities of the Fairness Monitor, commencing with the draft LOI prior to posting on continuing through to the responses to enquiries from potential Bidders leading up to the LOI submission closing period and evaluation of the LOI submissions received. This report also covers the Fairness Monitor activities with respect to the development of the subsequent RFP, a Bidder site visit and response to enquiries from potential Bidders leading to the RFP submission closing period and finally the evaluation of bids leading to the identification of the successful Bidder. The report includes our attestation of assurance, a summary of the scope and objectives of our assignment, the methodologies applied and relevant observations from the activities undertaken

5 2. PROJECT REQUIREMENT Postal Station B (PSB) is a 'Classified' federal heritage building located at Sparks Street, Ottawa, Ontario that requires major rehabilitation. Currently it serves a dual purpose by continuing to function as a postal facility while also providing office accommodations to the Privy Council Office (PCO). PSB is a 75-year old building that has not undergone a comprehensive rehabilitation since its original construction. The project scope of work encompassed by the PSB Envelope Rehabilitation and Base Building Upgrade includes the following: envelope conservation, interior architectural work (including asbestos abatement), heating system replacement, plumbing system upgrade, HVAC upgrade, sprinkler upgrade, electrical system upgrade, control system upgrade, and seismic upgrade. PWGSC requires a Construction Manager to conduct services consisting of Pre-Construction Services, Construction Services, Building Components and Connectivity (BCC) and Postconstruction Services to deliver a complete project in a partially occupied building. Construction shall include major works to rehabilitate the building envelope and base building systems of the Postal Station B building. The Construction Manager is expected to deliver the following benefits to the project by providing, but not limited to the following services: Advisory and support services Project Administration Work Packaging Cost Management Time Management (Scheduling) Risk Management Scope Control and Management Quality Control & Quality Assurance General Contractor Services o Function as Constructor including coordinating and directing Subcontractors retained by the Construction Manager, ensuring the continuous safety management and protection of the Site and the general public near the Site, o Subcontract construction Work using competitive bidding processes, with prequalification when warranted. o Pre-purchase key materials as needed. Site logistics coordination Mechanical & electrical interference coordination drawings A Prime Consultant was procured through a separate process undertaken by PWGSC to support this project. The role of the Prime Consultant is to review related documentation, recommend - 4 -

6 further examination as required, prepare the design and construction tender documents, and provide construction and contract administration including resident site services, cost, scheduling and project control and commissioning services required for this project

7 3. ATTESTATION OF ASSURANCE The Fairness Monitor hereby provides the following unqualified assurance statement concerning the competitive procurement process for a Construction Manager for the Postal Station B Envelope Rehabilitation and Base Building Upgrade Project. It is our professional opinion that the competitive process for the Construction Manager for the Postal Station B Envelope Rehabilitation and Base Building Upgrade Project we observed, was carried out in a fair, open and transparent manner. Original signed by Original signed by Steve Johnston Managing Director, RFPSOLUTIONS INC. Fairness Monitor Specialist Stephen Fleming, P.Eng. Fairness Monitor Team Leader - 6 -

8 4. METHODOLOGY In accordance with the terms of our engagement, we familiarized ourselves with the relevant documents, reviewed the LOI and RFP documents prior to release, observed the LOI and RFP solicitation activities and the post-solicitation period, including the evaluation of bids, identifying fairness-related matters to the Contracting Authority and verified that responses and actions were reasonable and appropriate. Section 5 of this report identifies the specific activities and observations of the Fairness Monitor in respect of those activities

9 5. FAIRNESS MONITOR ACTIVITIES AND OBSERVATIONS 5.1) PROCUREMENT PLANNING/PRE-ISSUE STAGE RFP Solutions Inc. was engaged to commence Fairness Monitoring activities beginning with the development of the LOI. A review of the drafts and final LOI documentation was conducted. This included a review of the: General Information; General Procurement Approach; Description of Prequalification Submission Requirements and Evaluation; Phase Two Request for Proposal; General Instructions to Bidders; General Information and Instruction for Prequalification; Prequalification Requirements; Experience Certification. The Fairness Monitor provided assurance as to the neutrality of the requirements, the objectivity of evaluation criteria and process; and the clarity of the documentation to support understandability by Bidders in preparing their submissions, as well as to mitigate the potential for inconsistency or errors in the eventual application of evaluation criteria by the Evaluation Committee. Observations In reviewing the draft LOI documentation, no fairness issues were observed. 5.2) LOI POSTING The LOI was issued to potential Bidders via buyandsell.gc.ca on March 13, 2015 with the final closing date on April 9, 2015 at 2:00 pm Eastern Daylight Saving Time. A total of four questions were received. Responses to the questions were provided to all potential Bidders as amendments through one (1) Solicitation Amendment document posted to which also included three (3) amendments to the terms and conditions of the solicitation. The Solicitation Amendment document was reviewed by the Fairness Monitor prior to its release. Observations The Fairness Monitor reviewed all questions and answers and amendments prior to issuance. No fairness issues were observed

10 5.3) LOI CLOSE The Fairness Monitor discussed the manner in which the responses to the LOI were received and handled with the Contracting Authority. Observations Ten (10) submissions were received and handled in accordance with the submission requirements and deadline stated in the LOI. No fairness issues were observed. 5.4) LOI EVALUATION INSTRUCTIONS Prior to the evaluation of the LOI submission, the Fairness Monitor reviewed the evaluation guidelines, including evaluator responsibilities, code of conduct, security, confidentiality and conflict of interest requirements, and evaluation methodology. The Fairness Monitor also participated in a pre-evaluation workshop with the Evaluation Committee to address the principles of fairness in evaluating submissions. The Fairness Monitor provided assurance as to the impartiality of evaluation methodology. Observations The Fairness Monitor reviewed the evaluation methodology and related requirements and observed no fairness considerations. 5.5) LOI SUBMISSION EVALUATION Following LOI closing, a review of the prequalification mandatory requirements was undertaken by the Contracting Authority of the ten (10) submissions received. The evaluation of the LOI submissions was undertaken on April 22, Initially, four (4) submissions were deemed to be responsive to these prequalification requirements as stated in the LOI. The six (6) Bidders which did not qualify were notified on April 23, 2015 and provided with the opportunity to revise and resubmit their application as per the provisions of the LOI process. Three (3) of the six (6) firms resubmitted and these submissions were evaluated on May 11, As a result, two (2) additional firms were deemed qualified for a total of six (6). Both the successful and unsuccessful firms were notified on June 1, The subsequent RFP (Solicitation Number EP /B) was posted to buyandsell.gc.ca on July 13, 2015 with a final closing date of September 9, 2015 at 2:00 pm Eastern Daylight Saving Time. Qualified firms were notified of the posting of the RFP and its availability on - 9 -

11 buyandsell.gc.ca. Observation The Fairness Monitor reviewed the results of the evaluation and ratings and observed no fairness issues. 5.6) RFP PERIOD Following the release of the RFP, the Fairness Monitor attended the optional site visit at Sparks Street, Ottawa, Ontario on August 6, Two (2) Bidders attended. The Bidders attending the site visit were provided with a CD containing additional building drawings and background material. This information was also available to those firms not in attendance by request to the Contracting Authority. In accordance with the Project Brief, which formed part of the RFP, all potential Bidders had the option of obtaining the CD at the site visit or upon request to the Contracting Authority. Five (5) addenda with three (3) amendments to the terms and conditions of the solicitation were issued via buyandsell.gc.ca. The addenda also included responses to nine (9) questions from potential Bidders. Each addendum was reviewed by the Fairness Monitor. Observation No fairness considerations were identified with respect to the notifications to Bidders, the addenda or the conduct of the site visit. 5.7) RFP CLOSE At close of the RFP, two (2) bids were received. The Fairness Monitor discussed the manner in which the bid responses to the RFP were received and handled with the Contracting Authority. Observations Two (2) bids were received for the RFP and handled in accordance with the deadline and requirements stated in the RFP. No fairness issues were observed. 5.8) EVALUATION INSTRUCTIONS Prior to bid evaluations, the Fairness Monitor again reviewed the evaluation guidelines, including evaluator responsibilities, code of conduct, security, confidentiality and conflict of

12 interest requirements, and evaluation methodology. The Fairness Monitor also participated in a pre-evaluation workshop with the Evaluation Committee to address the principles of fairness in evaluating bids. The Fairness Monitor provided assurance as to the impartiality of evaluation methodology. Observations The Fairness Monitor reviewed the evaluation methodology and related requirements and observed no fairness considerations. 5.9) ADMINISTRATIVE REVIEW Following RFP closing, a review of administrative mandatory requirements was undertaken by the Contracting Authority of the two (2) bids received. Both bids were deemed to be responsive to these requirements as stated in the RFP and therefore eligible to proceed to evaluation. The Fairness Monitor reviewed the results of the administrative review to assess them against the requirements in the RFP. Observation Based on the Fairness Monitor s review of the assessment of Bidders compliance with the administrative mandatory requirements, the Fairness Monitor observed no fairness considerations. 5.10) TECHNICAL EVALUATION The RFP required an overall minimum technical evaluation threshold to be deemed a responsive bid and proceed to the financial evaluation. Each of the bids was first individually reviewed and scored by each evaluator. The evaluators then convened at a consensus meeting on September 15, 2015 to identify the technical score of each of those bids. The Fairness Monitor was present and monitored the technical evaluation consensus process. The Fairness Monitor provided assurance that it was undertaken in a consistent fashion and that the results reflect the consensus of all evaluation board members. Both bids achieved the minimum technical evaluation threshold to be deemed a responsive bid and proceed to the financial evaluation

13 Observation The Fairness Monitor oversaw and reviewed the results of the technical evaluation and observed no fairness issues. 5.11) PRICE EVALUATION AND BIDDER SELECTION In accordance with the RFP, a total evaluated price was provided by each of the Bidders. The selection of the successful Bidder was based on the responsive bid with the lowest Evaluated price per Point (Evaluated price per Point = Total Bid Price / Technical Score). The Contracting Authority performed due diligence and verified the pricing details on the form provided by the Bidder. A financial evaluation summary sheet was prepared by the Contracting Authority and reviewed by the Fairness Monitor. The verification of the security requirements was completed and a recommendation to award to the successful Bidder was initiated. Observation The selection of the successful Bidder was consistent with the provisions and methodology outlined in the RFP. 5.13) COMMUNICATIONS AND DEBRIEFING This section will be completed as an Addendum to this report following completion of contract award and, as requested, debriefing of Bidders

14 6. REFERENCE DOCUMENTS The following documents are referenced by number in this report and unless otherwise indicated, are available through PWGSC. Reference Documents # Document Document Date/Number 1 Letter of Interest Application for Prequalification for the Postal Station B Envelope Rehabilitation and Base Building Upgrade Project: Construction Manager (EP /A) 2 Solicitation Amendment No. 001 Construction Management Services (EP /A) 3 Request for Proposal Construction Management Services (EP /B) 4 Solicitation Amendment No. 001 Construction Management Services (EP /B) 5 Solicitation Amendment No. 002 Construction Management Services (EP /B) 6 Solicitation Amendment No. 003 Construction Management Services (EP /B) 7 Solicitation Amendment No. 004 Construction Management Services (EP /B) 8 Solicitation Amendment No. 005 Construction Management Services (EP /B) March 13, 2015 March 25, 2015 July 10, 2015 July 13, 2015 July 30, 2015 August 20, 2015 August 25, 2015 August 28,

15 November 9, 2015 ADDENDUM TO THE FINAL REPORT Addendum to the Fairness Monitor Final Report dated September 23, 2015 pertaining to the competitive procurement process for a Construction Manager for the Postal Station B Envelope Rehabilitation and Base Building Upgrade Project, issued by Public Works and Government Services Canada (PWGSC) as a result of Solicitation Number EP /B. This Addendum to the Fairness Monitor Final Report covers the period following the conclusion of the evaluation phase and includes contract award and an allowance of time during which proponents could pose questions or request a debriefing. The notification of contract award was posted on BuyandSell.ca on September 30, The unsuccessful bidder was subsequently advised by on September 30, 2015 that their bid was not accepted for contract award and that they were entitled to a debriefing. The unsuccessful proponent requested a debriefing. The debriefing of this proponent was conducted by the PWGSC Contracting Authority and Technical Authority on October 28, The FM was present to observe that the debriefing was conducted in a fair, open and transparent manner. Attestation of Assurance The FM hereby provides the following unqualified assurance statement concerning the competitive procurement process for a Construction Manager for the Postal Station B Envelope Rehabilitation and Base Building Upgrade Project. It is our professional opinion that the Construction Manager for the Postal Station B Envelope Rehabilitation and Base Building Upgrade Project solicitation process we observed, was carried out in a fair, open and transparent manner. Original signed by Original signed by Steve Johnston Managing Director, RFPSOLUTIONS INC. Fairness Monitor Specialist Stephen Fleming, P.Eng. Fairness Monitor Team Leader

Government of Newfoundland and Labrador s. REQUEST FOR QUALIFICATIONS (RFQ) for

Government of Newfoundland and Labrador s. REQUEST FOR QUALIFICATIONS (RFQ) for Government of Newfoundland and Labrador s Submission To: Steven Forward, P.Eng Manager of Facility Planning and Architecture Design and Construction Division Transportation and Works (709) 729-2632 stevenforward@gov.nl.ca

More information

PUBLIC WORKS AND GOVERNMENT SERVICES CANADA

PUBLIC WORKS AND GOVERNMENT SERVICES CANADA PUBLIC WORKS AND GOVERNMENT SERVICES CANADA OPERATIONAL INTEGRITY SECTOR COMPETITIVE ACQUISITION PROCESS MANAGED PRINT SERVICES FAIRNESS MONITORING FINAL REPORT January 29, 2014 Submitted to: Director

More information

PUBLIC SERVICES AND PROCUREMENT CANADA

PUBLIC SERVICES AND PROCUREMENT CANADA PUBLIC SERVICES AND PROCUREMENT CANADA DEPARTMENTAL OVERSIGHT BRANCH CANADIAN ARMED FORCES RELOCATION SUPPORT SERVICES FAIRNESS MONITORING FINAL REPORT July 27, 2016 Submitted to: Director Fairness Monitoring

More information

Public Works and Government Services Canada. Operational Integrity Sector

Public Works and Government Services Canada. Operational Integrity Sector Public Works and Government Services Canada Operational Integrity Sector Consultant services to test and perform laboratory services relating to the construction work of the new, temporary causeway-bridge

More information

Resource alignment review of Shared Services Canada. Fairness monitor Final report

Resource alignment review of Shared Services Canada. Fairness monitor Final report Resource alignment review Shared Services Canada Fairness monitor Final report Project: Resource alignment review of Shared Services Canada Report Stage: Final report Date of submission: October 28, 2016

More information

The Province of Newfoundland and Labrador. Corner Brook Long Term Care Project RFQ # 10114

The Province of Newfoundland and Labrador. Corner Brook Long Term Care Project RFQ # 10114 Fairness Advisor Interim Statement for The Province of Newfoundland and Labrador in support of the procurement process for Corner Brook Long Term Care Project March 23, 2017 Submitted to: Steven Forward

More information

Competitive Procurement Evaluation Process Audit

Competitive Procurement Evaluation Process Audit 1200, Scotia Place, Tower 1 10060 Jasper Avenue Edmonton, Alberta T5J 3R8 edmonton.ca/auditor Competitive Procurement Evaluation Process Audit August 28, 2017 City of Edmonton 16417 Procurement Evaluation

More information

Procurement Process: Architects & Professional Engineering Services. Procurement.

Procurement Process: Architects & Professional Engineering Services. Procurement. Procurement Process: Architects & Professional Engineering Services Procurement www.novascotia.ca/tenders Updated: February 2017 Table of Contents Contents INTRODUCTION:... 3 APPLICATION:... 3 SCOPE of

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

FAIRNESS REPORT INCREMENTAL REGULATION CAPACITY REQUEST FOR PROPOSAL ISSUED: JUNE 29, 2017 INDEPENDENT ELECTRICITY SYSTEM OPERATOR PREPARED FOR THE:

FAIRNESS REPORT INCREMENTAL REGULATION CAPACITY REQUEST FOR PROPOSAL ISSUED: JUNE 29, 2017 INDEPENDENT ELECTRICITY SYSTEM OPERATOR PREPARED FOR THE: FAIRNESS REPORT INCREMENTAL REGULATION CAPACITY REQUEST FOR PROPOSAL ISSUED: JUNE 29, 2017 PREPARED FOR THE: INDEPENDENT ELECTRICITY SYSTEM OPERATOR JANUARY 19, 2018 TABLE OF CONTENTS 6 Introduction and

More information

Request for Proposals Strategic Planning Facilitation

Request for Proposals Strategic Planning Facilitation Request for Proposals Strategic Planning Facilitation Deadline for Submission: March 6, 2019 1 Section 1: Terms and Conditions 1.1 Issuing Department or Division Department of Operations 1.2 Synopsis or

More information

Selection of Contractor Step 5. June 2013

Selection of Contractor Step 5. June 2013 Selection of Contractor Step 5 June 2013 Project Management Concept Step 1: Needs Development Step 2: Scope Development Step 3: Procurement of Design Team Step 4: Design Step 5: Bid/Procurement of Contractor

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

How to Do Business with the Ontario Government

How to Do Business with the Ontario Government How to Do Business with the Ontario Government Ministry of Government Services Landscape Ontario Congress 2012 Agenda To maximize your chances of being successful in obtaining business with the Ontario

More information

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS For Removal of Asbestos Roof Sheets and Replace with Galvalume At Garden of Eden and Canefield Contract No. GPL-PI-082-2013 June 2013 Contents

More information

Procurement Presentation to the Financial Management Institute of Canada

Procurement Presentation to the Financial Management Institute of Canada Procurement Presentation to the Financial Management Institute of Canada Bid Evaluation Methodologies By: James Steedman Senior Procurement and Contracting Officer, Treasury Board Secretariat November

More information

How To Do Business with the Ontario Government. Supply Chain Management, Ontario Shared Services Ministry of Government Services January 2010

How To Do Business with the Ontario Government. Supply Chain Management, Ontario Shared Services Ministry of Government Services January 2010 How To Do Business with the Ontario Government Supply Chain Management, Ontario Shared Services Ministry of Government Services January 2010 1 Agenda To maximize your chances of being successful in obtaining

More information

Federal Buildings Initiative Qualification Requirements

Federal Buildings Initiative Qualification Requirements Federal Buildings Initiative Qualification Requirements Important Note: Companies who wish to be qualified under the Federal Buildings Initiative (FBI) and who wish to bid on a project for which a Request

More information

Contracting & Procurement Policy

Contracting & Procurement Policy Contracting & Procurement Policy 1. OBJECTIVE AND PRINCIPLES The objective of this policy is to provide a framework and direction for the acquisition of goods and services required for Grand Challenges

More information

Business Opportunities. and Insurance Board. with the Workplace Safety. Becoming a WSIB Supplier

Business Opportunities. and Insurance Board. with the Workplace Safety. Becoming a WSIB Supplier Business Opportunities with the Workplace Safety and Insurance Board Becoming a WSIB Supplier Business Opportunities with the Workplace Safety and Insurance Board If you are interested in becoming a WSIB

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

5 Award of Mobility Plus and On-Demand Transit Service Contracts

5 Award of Mobility Plus and On-Demand Transit Service Contracts Clause 5 in Report No. 8 of Committee of the Whole was adopted, without amendment, by the Council of The Regional Municipality of York at its meeting held on May 17, 2018. 5 Transit Service Contracts Committee

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

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

AUDIT OF CONTRACTING AT THE CANADIAN INTELLECTUAL PROPERTY OFFICE

AUDIT OF CONTRACTING AT THE CANADIAN INTELLECTUAL PROPERTY OFFICE AUDIT OF CONTRACTING AT THE CANADIAN INTELLECTUAL PROPERTY OFFICE Final Report December 2005 Tabled and approved by DAEC on April 13, 2006 TABLE OF CONTENTS 1.0 EXECUTIVE SUMMARY / CONCLUSIONS...1 2.0

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

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY

More information

Please have your pre-qualification document submitted before closing at 3:00:00 p.m. Local Time Thursday January 29, 2009.

Please have your pre-qualification document submitted before closing at 3:00:00 p.m. Local Time Thursday January 29, 2009. PREQUALIFICATION OF GENERAL CONTRACTOR, MECHANICAL SUBCONTRACTORS AND ELECTRICAL SUBCONTRACTORS FOR CONSTRUCTION OF THE BROCKVILLE WPCC SECONDARY TREATMENT UPGRADE Please have your pre-qualification document

More information

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS REQUEST FOR PROPOSALS GUTHRIE MEMORIAL LIBRARY ENVELOPE REHABILITATION YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS Table of Contents Section 1: Background...... 2 Section 2: Scope of Services... 2 Section

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Request for Proposals: A Vendor s Guide

Request for Proposals: A Vendor s Guide Request for Proposals: A Vendor s Guide Strategic Procurement Division, Service New Brunswick October 25, 2017 Presentation Objectives To assist you in developing a better understanding of: What is a Request

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

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 Submission Time: Submission Location: 2:00 p.m. (local time) on December 22, 2010 Partnerships

More information

Invitation to tender. Provision of External Audit Services

Invitation to tender. Provision of External Audit Services Invitation to tender for the Provision of External Audit Services Tender return date: 10.00 am on 2 nd May 2017 Return to: Enquiries to: Address: Clerk to the Corporation Alison Rowland (arowland@sussexcoast.ac.uk)

More information

How to do Business with NATO. Participation in Competitions - Common Oversights

How to do Business with NATO. Participation in Competitions - Common Oversights How to do Business with NATO Participation in Competitions - Common Oversights 1 PARTICIPATION IN COMPETITIONS - COMMON OVERSIGHTS Understand thoroughly the difference in bidding methodologies (lowest

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

Audit of the Initiation Phase of the New Bridge for the St. Lawrence Corridor (NBSLC) Project

Audit of the Initiation Phase of the New Bridge for the St. Lawrence Corridor (NBSLC) Project 2014-709 Audit of the Initiation Phase of the New Bridge for the St. Lawrence Corridor (NBSLC) Project May 14, 2015 Office of Audit and Evaluation TABLE OF CONTENTS MAIN POINTS... i INTRODUCTION... 1

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

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

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

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

Beaverton School District Capital Program Purchasing SW Merlo Road, Beaverton, OR Phone:

Beaverton School District Capital Program Purchasing SW Merlo Road, Beaverton, OR Phone: Beaverton School District Capital Program Purchasing 16550 SW Merlo Road, Beaverton, OR 97003 Phone: 503-591-4155 SOLICITATION ADDENDUM NO. 2 INFORMAL RFP 14-0040 Full Commissioning Services for New High

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

UNC Charlotte Residence Hall Phase XVI Early Site Utilities Package SCO ID: B JPA Project #: 18NCC016

UNC Charlotte Residence Hall Phase XVI Early Site Utilities Package SCO ID: B JPA Project #: 18NCC016 Jenkins Peer Architects 112 South Tryon Street Charlotte, N.C. 28284 704/372-6665 ADDENDUM No. 1 Date: March 12, 2018 To: From: Re: All Bidders Jenkins Peer Architects Charlotte, N.C. UNC Charlotte Residence

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

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders An evaluation of the Irish Remote Interpreting Service (IRIS) 2018. Request for Tenders The latest date for receipt of tenders is Thursday 30 th August 2018 at 4 pm July 2018 Sign Language Interpreting

More information

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)

More information

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS PROJECT NOTICE Skanska USA Inc. hereinafter called SKANSKA, intends to award design-build subcontracts to HVAC, Electrical,

More information

Expression of Interest (EOI) Architectural Services for the Design of a Sports Complex and a potential Community Centre

Expression of Interest (EOI) Architectural Services for the Design of a Sports Complex and a potential Community Centre Expression of Interest (EOI) 2018-01 Architectural Services for the Design of a Sports Complex and a potential Community Centre Documents Available: July 16 th, 2018 4:00 P.M. local time Closing Date:

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER SERVICES AT RISK WITH GUARANTEED MAXIMUM PRICE

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER SERVICES AT RISK WITH GUARANTEED MAXIMUM PRICE REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER SERVICES AT RISK WITH GUARANTEED MAXIMUM PRICE Memphis Cook Convention Center Renovation City of Memphis, Department of Housing and Community Development

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

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

Municipality of the District of Lunenburg POLICY

Municipality of the District of Lunenburg POLICY Municipality of the District of Lunenburg Title: Purchasing and Tendering Policy Policy No. MDL-33 Effective Date: January 1, 2014 1. Purpose and Objectives POLICY Amended Date: January 12, 2016 The Municipality

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

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PGCL/SYS/PRO/FLR-02 STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PROCUREMENT DEPARTMENT PAK GULF Construction (Pvt) Ltd ISLAMABAD TABLE OF CONTENTS DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...

More information

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

Application Guidelines. Request for Proposals (RFP) for Independent Contractor Opportunity for:

Application Guidelines. Request for Proposals (RFP) for Independent Contractor Opportunity for: Application Guidelines Request for Proposals (RFP) for Independent Contractor Opportunity for: Professional Services: Workplace Communication Workshops Facilitator Healthcare Connections Terms: Year 1

More information

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI TANATHI WATER SERVICES BOARD K.I.D.P. Bldg., Kalawa Rd., Private Bag, Kitui. Phone: 020 8009628/044-4422416 Telefax: +254 044-44221O8/4422417 Email: tanathiwsb@gmail.com PRE-QUALIFICATION DOCUMENT FOR

More information

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME December, 2016 (TENDER DOCUMENT FOR PREQUALIFICATION

More information

January 22, Table of Contents

January 22, Table of Contents January 22, 2014 PROCEDURES SINGLE SELECTION PROCUREMENT OF DESIGN AND CONSTRUCTION MANAGEMENT SERVICES (Section 30 of Chapter 193 of the Acts of 2004) Table of Contents 1.0 Introduction...3 1.1 Purpose

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

North American Development Bank. Engagement of Consultants

North American Development Bank. Engagement of Consultants North American Development Bank Engagement of Consultants ENGAGEMENT OF CONSULTANTS This Note has been prepared by the North American Development Bank (the Bank) to assist staff and borrowers in the implementation

More information

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information

COUNTY ASSEMBLY OF KILIFI

COUNTY ASSEMBLY OF KILIFI COUNTY ASSEMBLY OF KILIFI PREQUALIFICATION DOCUMENT PROVISION OF ELECTRICAL WORKS AND MAINTENANACE CAK/030/2015-16 COUNTY ASSEMBLY OF KILIFI F/Y 2015-2016 Table of Contents Page INTRODUCTION 3 SECTION

More information

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS Title: 530 and 531 KOS 4000 restoration of wall paintings of Bogorodica Ljeviska Church in Prizren Safeguard of Cultural Page 1 of 24 INVITATION

More information

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO.IPSTC/PREQ/2016/2017/231FOR REGISTRATION OF SUPPLIERS FOR PROVISION OF TENTS CHAIRS

More information

How to Do Business with the Ontario Government

How to Do Business with the Ontario Government To hear the audio for this presentation: please call 416-212-8010 or 1-866-602-5423, and enter access code 2564577# How to Do Business with the Ontario Government A Few Notes Before We Get Started To hear

More information

ALTERNATE FORMS OF PROJECT DELIVERY

ALTERNATE FORMS OF PROJECT DELIVERY ALTERNATE FORMS OF PROJECT DELIVERY 1 INTRODUCTION 1.1 BACKGROUND.1 In the building industry today, conventional methods of project delivery are being challenged by Clients, Consultants and Contractors

More information

Association of Consulting Engineering Companies British Columbia User Guide to Implementing Qualifications Based Selection

Association of Consulting Engineering Companies British Columbia User Guide to Implementing Qualifications Based Selection Association of Consulting Engineering Companies British Columbia User Guide to Implementing Qualifications Based Selection Best Practices for Selecting your Design Professional June 2016 USER GUIDE TO

More information

Science Technology Engineering and Mathematics (STEM) Initiative

Science Technology Engineering and Mathematics (STEM) Initiative DEPARTMENT of FACILITIES DESIGN December 17, 2013 and CONSTRUCTION REQUEST for PROPOSAL Science Technology Engineering and Mathematics (STEM) Initiative PRE-CONSTRUCTION SERVICES Facilities Design and

More information

Government of Yukon. How to Guide: Doing Business with Government of Yukon

Government of Yukon. How to Guide: Doing Business with Government of Yukon Government of Yukon How to Guide: Doing Business with Government of Yukon Objectives of Today s Presentation Create awareness of the rules around government procurement in Yukon Understand the vendor s

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

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

Village of Lincolnwood

Village of Lincolnwood Village of Lincolnwood REQUEST FOR QUALIFICATIONS (RFQ) MUNICIPAL ENGINEERING SERVICES Response Due Date: Friday, March 21, 2014, 4:00 p.m. Send Sealed Qualifications to: Timothy C. Wiberg Village Manager

More information

UNICEF Procurement Process and Control Oversights

UNICEF Procurement Process and Control Oversights Safe Injection Equipment Industry Consultation 28 th 29 th March 2017 UNICEF Procurement Process and Control Oversights Rob Matthews, HTC Objective of Session UNICEF Procurement Framework Tendering Process

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

Chapter 15. Competitive Negotiation: Evaluating Proposals

Chapter 15. Competitive Negotiation: Evaluating Proposals Chapter 15. Competitive Negotiation: Evaluating Proposals Summary This chapter describes the steps to be taken in order to properly evaluate each proposal received in response to an RFP. Essential Information

More information

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term 10/16/2017 REQUEST FOR PROPOSALS Accounting-Bookkeeping Services Two (2) Year Term REQUEST FOR PROPOSALS Accounting-Bookkeeping Services CONTENTS 1.0 DESCRIPTION OF THE BRANDON & AREA PLANNING DISTRICT

More information

ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES. CPG/2124/2017 Political Economy Analysis (PEA) of Colombia s Agriculture Sector

ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES. CPG/2124/2017 Political Economy Analysis (PEA) of Colombia s Agriculture Sector Date: 01 August 2017 ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES CPG/2124/2017 Political Economy Analysis (PEA) of Colombia s Agriculture Sector You are invited to submit a tender

More information

ENERGY SERVICES ACQUISITION PROGRAM (ESAP) ENERGY SERVICE MODERNIZATION (ESM)

ENERGY SERVICES ACQUISITION PROGRAM (ESAP) ENERGY SERVICE MODERNIZATION (ESM) Public Services and Procurement Canada Services publics et Approvisionnement Canada Serving GOVERNMENT, Serving CANADIANS. Au service du GOUVERNEMENT, au service des CANADIENS. REQUEST FOR QUALIFICATIONS

More information

Doing Business with the Government of Canada

Doing Business with the Government of Canada Doing Business with the Government of Canada 1 The Office of Small and Medium Enterprises OSME will assist you in navigating the procurement process OSME will provide you with suggestions about where you

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

Chapter 5 PROCUREMENT

Chapter 5 PROCUREMENT Chapter 5 PROCUREMENT 5.01 INTRODUCTION The Designer, following the Owner's approval of the Construction Documents, shall assist the Owner in obtaining bids or negotiated proposals, and in awarding and

More information

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Deadline for documents submission June 11, 2009 before 12:00 hours (local time) United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces

More information

CONSTRUCTION INDUSTRY COUNCIL Technical Seminar on Construction Procurement Selection of Consultants 27 November 2015

CONSTRUCTION INDUSTRY COUNCIL Technical Seminar on Construction Procurement Selection of Consultants 27 November 2015 CONSTRUCTION INDUSTRY COUNCIL Technical Seminar on Construction Procurement Selection of Consultants 27 November 2015 Background A Task Force established by CIC Comprising Government, Clients, Consultants,

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

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information

Broader Public Sector Procurement Directive

Broader Public Sector Procurement Directive Broader Public Sector Procurement Directive Implementation Guidebook Issued By Ministry of Finance April 2011 CONTENTS 1. RELATIONSHIP TO THE DIRECTIVE 1 2. PURPOSE OF THE DIRECTIVE 1 3. APPLICATION AND

More information

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director

More information

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services EXPRESSION OF INTEREST (EOI) LONG FORM Construction Contract Administration Services Generic Document for Request for Proposal (RFP) Assignments Ministry of Transportation of Ontario (MTO) December 2016

More information

REQUEST FOR PROPOSALS VENDOR OF RECORD FOR LEGAL SERVICES

REQUEST FOR PROPOSALS VENDOR OF RECORD FOR LEGAL SERVICES REQUEST FOR PROPOSALS VENDOR OF RECORD FOR LEGAL SERVICES RFP# 2016-310-04 ISSUE DATE: 2016-SEP-28 2:00 PM EST DUE DATE: 2016-OCT-28 2:00 PM EST TABLE OF CONTENTS 1. INTRODUCTION... 3 1.1 PortsToronto...

More information

Trans Canada Hwy. No.1 Donald Bridges and Approaches

Trans Canada Hwy. No.1 Donald Bridges and Approaches Ministry of Transportation and Infrastructure REQUEST FOR EXPRESSION OF INTEREST Project Number 21754 Trans Canada Hwy. No.1 Donald Bridges and Approaches Conceptual and Detailed Bridge Design & Functional

More information

POLICY ON HÉMA-QUÉBEC CONTRACTS. Revision 8:

POLICY ON HÉMA-QUÉBEC CONTRACTS. Revision 8: POLICY ON HÉMA-QUÉBEC CONTRACTS Revision 8: 05-05-2016 TABLE OF CONTENTS 1. GENERAL PROVISIONS... 3 2. PROCUREMENT CYCLE... 4 3. RELATIONSHIPS WITH SUPPLIERS... 4 4. AWARDING OF CONTRACTS... 5 5. CONTRACT

More information

Office of the Procurement Ombudsman

Office of the Procurement Ombudsman PROCUREMENT PRACTICE REVIEW Employment and Social Development Canada Information Technology Services Ottawa June 2015 Promoting Fairness Openness and Transparency in Federal Procurement Table of Contents

More information

Functionality Evaluation Phase 3 : Preferential Point System Points Price 80 B-BBEE status level of contribution 20 Total 100

Functionality Evaluation Phase 3 : Preferential Point System Points Price 80 B-BBEE status level of contribution 20 Total 100 1. EVALUATION PROCESS The bids will be evaluated on the 80/20 principle with 80 points being allocated for price and 20 points allocated for B-BBEE, once the minimum functionality criteria is met. 10.1

More information