The procedure is conducted in the mode of an open tender based on the Internal Regulation No. 20/2015 dated

Size: px
Start display at page:

Download "The procedure is conducted in the mode of an open tender based on the Internal Regulation No. 20/2015 dated"

Transcription

1 Specification of Terms and Conditions of the Tender (T&C) for the Contract award procedure called: Delivery and Installation of a Tail Gas Fan it. AB3-1 under the Project I-0014/009 Ammonia Plant Intensification For Grupa Azoty S.A. The Contract is not subject to the provisions of the Public Procurement Law Act of , protests or appeals. The procedure is conducted in the mode of an open tender based on the Internal Regulation No. 20/2015 dated Tender No. 14/P/2016

2 Customer: Grupa Azoty S.A. ul. E. Kwiatkowskiego Tarnów NIP (VAT number): PL ; Registration: District Court Kraków Śródmieście w Krakowie XII Economic Department; KRS (National Court Register) No ; Share capital fully paid: PLN 495,977,420 SUBJECT OF THE CONTRACT: The subject of the contract is design, manufacture, delivery incl. installation and commissioning of a tail gas fan it. AB3-1 under the project of Ammonia Plant Intensification at GA S.A. The fan is to generate partial vacuum and remove tail gas from the Natural Gas Conversion Plant in the Business Unit Fertilizers. The new fan is to replace the existing one, therefore it has to be designed so that it can be installed on the existing foundation acc. to the drawing attached hereto. When designing the fan the Vendor shall confirm the feasibility of the necessary mechanical works connected with adaptation of the fan inlet line and its connection to the tail gas chimney after it has been installed on the foundation. The prerequisite for proposal acceptance is a site survey and a statement according to Attachment No. 5 hereto. SCOPE OF THE CONTRACT The proposals for the supply of the subject of the contract shall take into account the technical conditions of the manufacture and acceptance, as well as the terms of delivery specified in the technical documents attached to this T&C document. It is the responsibility of the Vendor to confirm in the submitted proposal all conditions for the manufacture and delivery set out in the attached technical documents and in the contents of this T&C document. List of attached technical documentation constitutes Attachment No. 2 of this T&C document: 1. Machinery Data Sheet, Doc. No M Technical Specifications for Machinery, Climatic Conditions, Doc. No M Technical Specifications for Machinery, Noise Limitation, Doc. No M Technical Specifications for Machinery, Choice of Electric Drives, Doc. No M Technical Specifications for Machinery, Corrosion Protection and Painting, Doc. No M Technical Specifications for Machinery, Inspection of Machinery, Doc. No M General Technical Specifications for Machinery, Doc. No M Page 2 of 16

3 8. Drawing of the existing foundation of the fan AB3-1 (foundation VIII) The Contract shall include: 1. Delivery of the equipment to the installation site or to the Customer s warehouse, including any auxiliary equipment and spare parts for the warranty period. Delivery conditions: DAP Tarnów acc. to Incoterms Preparing the necessary detailed design incl. connection to the existing inlet and outlet ducts and installation on the existing foundation. 3. Installation and commissioning of the fan. 4. Equipment handover for operation including the required documentation for technical inspection authorities as well the required certificates and declarations of equipment conformity with CE directives. Other requirements: 1. The proposal shall contain general specification of the equipment, a dimensioned drawing, a foundation drawing showing the schematic layout of anchor bolts, nominal parameters, priced list of recommended spare parts; 2. Confirmation of the manufacturing specifications as defined in the documents attached hereto; 3. The Vendor shall attach the time schedule of contract performance, in particular, fixing execution of fan installation work during the scheduled plant shutdown; 4. Warranty of contract performance: - the minimum warranty period is 36 months from the commissioning date; the Vendor shall provide free of charge service during the warranty period; - the Vendor shall confirm the conditions of post-warranty service and technical assistance 5. The proposal shall specify the price of: - the fan - the motor (the Vendor shall specify type and make) - accessories and spare parts - basis of equipment delivery: DAP Tarnów, Incoterms cost of installation and supervision of commissioning Partial prices of individual stages of works shall be specified in the Schedule of Works and Expenditures to be attached to the proposal. The above mentioned Schedule shall constitute the basis of payment for the scope of works acc. to Chapter X. 6. Terms of payment: - 20% advance payment payable on the basis of a pro-forma invoice and an Advance Payment Guarantee issued by a bank or an insurance company; - 50% payable after delivery to Grupa Azoty SA in Tarnów; Page 3 of 16

4 - 30% payable after installation and commissioning completion on the basis of the work acceptance protocol 7. Contract time schedule: - equipment delivery until installation work performance during the scheduled shutdown of the plant from 1.06 to Exclusion: Connecting power supply of fan motor. Contact data: Contact persons in technical matters are: Mr. Paweł Kopek tel mobile pawel.kopek@grupaazoty.com Mr. Marek Zelek tel mobile marek.zelek@grupaazoty.com On formal matters Tender Office tel , , biuro.przetargow@grupaazoty.com fax Chapter I General Information 1. The Vendor shall submit the proposal in accordance with the provisions of this T&C document. 2. This T&C document may be used only for its intended purpose, it shall not be made available to any third parties. 3. Each Vendor shall submit only one proposal, together with the documents required by the T&C document. 4. The submission of more proposals will cause the rejection of all proposals submitted by a particular Vendor. 5. The Vendor shall bear all costs associated with the preparation and submission of the proposal. 6. In this T&C document, the terms Customer and Purchasing Entity are equivalent, similarly as the Vendor and the Bidder. Chapter II Instructions for the preparation of proposals 1. The proposal shall be prepared in Polish. 2. The proposal shall be submitted in writing, otherwise being invalid. 3. The proposal shall be in the form of a computer printout. Illegible proposals will not be considered - they will be rejected. 4. The proposal shall be sewed or stapled (e.g. by binding) and the pages of it shall be numbered. 5. The proposal must be signed by the person / persons authorized to represent the Vendor. 6. The power of attorney to sign the proposal should be attached to the proposal, unless it results from other documents attached to the proposal (e.g. from a copy of the National Court Register, a certificate of registration in the register of economic activity). The power of attorney must be included in the original or as a copy certified by a notary public, or by its issuer. Page 4 of 16

5 7. The signatures submitted by the Vendor in the forms included in the T&C document should be provided with legible name and surname or the name stamp. 8. All the places in which the Vendor makes changes must be initialled by the person / persons / signing the proposal. 9. The Vendor shall put the proposal into an envelope, which shall be addressed: /name and address of the Customer / and shall bear the following designation: POSTEPOWANIE PRZETARGOWE NR 14/P/2016 (TENDER PROCEEDING No. 14/P/2016) Dostawa i montaż wentylatora spalin poz. AB3-1 w ramach zadania inwestycyjnego nr. I-0014/009 Intensyfikacja zdolności produkcyjnej amoniaku ( Delivery and Installation of a Tail Gas Fan it. AB3-1 under the Project I-0014/009 Ammonia Plant Intensification ) NIE OTWIERAĆ. SKIEROWAĆ DO BIURA PRZETARGÓW (DO NOT OPEN. SEND TO THE OFFICE OF TENDERS) 10. The Vendor shall also place its name (company) and address on the envelope. 11. The envelope should be sealed in a way disabling anyone of getting familiar with the contents of the proposal, i.e. sealed or waxed. 12. The Vendor may modify or withdraw the proposal submitted before the deadline for submission of proposals. 13. In order to change or withdraw the proposal, the Vendor shall submit to the Customer another sealed envelope, marked as in item 9, 10, 11 with added word "Change" or "Withdrawal". 14. The Vendor shall not withdraw the proposal or introduce any changes to the content of the proposal after the deadline for submission of proposals The Vendor shall issue the proposal in two parts: one part - technical proposal containing also other documents as required in this T&C, the other part - the commercial proposal in a separate sealed envelope to be placed inside of the envelope containing the technical proposal and described: "COMMERCIAL PROPOSAL. Chapter III Partial Proposals Partial Proposals shall not be accepted by the Customer. Chapter IV Variant Proposals The Customer does not admit variant proposals. Chapter V Conditions to be fulfilled by Vendors. From the contract award procedure are excluded: 1. Vendors who in the last three years prior to the procedure initiation have caused damage to the Customer by failing to perform a contract or by improper performance of a contract, and the damage was not voluntarily repaired until the initiation of the proceedings, unless the nonperformance or improper performance has been the result of circumstances not attributable to the Vendor; 2. Vendors, in respect of which the winding up was opened or which have been declared bankrupt; Page 5 of 16

6 3. Vendors, in respect of which the bailiffs proceedings for seizure of assets, bank accounts is conducted; 4. Vendors who have been recorded in the National Register of Debtors, 5. Vendors who are in delay with payment of taxes, fees or premiums for social or medical insurance, except cases, where they have received an exemption, deferral, division of overdue payments into instalments or stopping the implementation of decision of the competent authority; 6. natural persons who have been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 7. partnerships whose partner has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 8. partnerships whose partner or board member has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 9. limited partnerships and limited joint-stock partnerships whose general partner has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 10. legal persons whose active member of the management body has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 11. collective entities, against whom a court decided a prohibition to apply for contracts under the provisions on liability of collective entities for acts prohibited under penalty; 12. Vendors who have not submitted the required declarations or otherwise not fulfilled the requirements defined in the T&C or another document which defines the participation requirements, 13. Vendors who are or have been involved in any prohibited practices (corruption, fraud, acting in collusion etc.); 14. Vendors who: - do not possess the necessary expertise, experience and technical capacity, and also do not possess the personnel capable of performing the contract, - are in the economic and financial situation which does not guarantee the performance of the contract; To ensure fulfilment of safety conditions, prior to work commencement the Vendor shall: - ensure the Customer in writing, that for the performance of the contract only adequately skilled personnel will be engaged who have been also instructed in HSE and fire protection, have the required qualifications, and are equipped with the personal safety equipment as required for the works under the Contract in the Customer s premises; - strictly observe the HSE, fire protection rules, in particular the requirements laid down in the Internal Regulations and Management System Procedures valid at the Customer s. Page 6 of 16

7 Chapter VI Documents required in the proposal. 1. The proposal shall be accompanied by the following documents: 1.1. The computer printout of up-to-date information about the subject (vendor) registered in the Central Information of National Court Register or Central Registration and Information on Economic Activity, or the original or a photocopy of the valid extract from the Register of Entrepreneurs - copy certified by a solicitor / lawyer or a person authorized to represent the entity Vendor s statement that he is not subject to exclusion and meets the conditions set out in Chapter V of this T&C document, which shall be made on the form being Attachment 1 of T&C Vendor s statement that he is not in delay with payment of taxes, fees or social or medical security contributions, or that he has received a lawful exemption, deferral, division of overdue payments into instalments or that the implementation of decision of the competent authority has been stopped in full. 1.4 Vendor s statement that the personnel is employed on the basis of a contract for employment. In case of any other employment forms on the basis of a civil-law contract the statement shall define what employment forms apply and how many people are employed on the basis of such contracts List of similar design, fabrication and installation works (materials of construction, technical parameters of equipment) provided for the last five years supported by references in writing, filed on the form attached as Attachment 3 to the T&C document Vendor s statement that no bankruptcy proceedings has been initiated against him, nor he has been declared bankrupt Valid third-party insurance policy covering the range of activity, for an amount not less than equivalent to the gross value of the proposal and valid at least for the time of the contract according to this T&C 1.8. Consortium Agreement or Subcontract (if applicable). 1.9 Schedule of Works and Expenditures considering times of completion of individual work stages. 2. The documents attached to the proposal with the exception of printouts from CIKRS or CEIDG must be submitted in the original or a photocopy certified as a true copy by the Vendor. It is assumed that authorization to sign the proposal includes the authorization to certify that the documents attached to the proposal are true copies of the originals. 3. The Customer shall request the submission of the original or a certified copy of the document notarized only when the photocopy of the document presented by the Vendor is illegible or raises doubts as to its authenticity, and the Customer is not able to check its authenticity in a different way. 4. If the Vendor is established or domiciled abroad, instead of the documents referred to in paragraph 1, subparagraph 1.q, he submits the document or documents issued in accordance with the law of the country in which he has his registered residence, confirming that: a. he is entitled to participate in legal transactions, b. no bankruptcy proceedings were initiated against him nor was he declared bankrupt. Chapter VII Vendors participating in the proceedings jointly applying for the award of the contract It is allowed that the Vendors jointly apply for the award of the contract (e.g. consortium). Page 7 of 16

8 The entities who jointly apply for the award of the contract are obliged to authorize the person (s) who will be entitled to represent all entities during the contract award procedure and conclude the relevant contract. Furthermore, the jointly applying entities shall attach the consortium agreement to the proposal, which shall contain at least: definition of the consortium leader names of the parties definition of the economic purpose for which the agreement was concluded duration time of the agreement (at least the execution time of the order, it is unacceptable to attach an preliminary agreement or an agreement concluded on the condition of winning the tender); determination of the activity scope of the each party to the agreement definition of responsibility of the each party to the agreement method of consortium termination definition of the required qualifications as necessary for the performance of design, fabrication and installation works (acc. to this T&C) of minimum one consortium member Vendors jointly applying for the award of the contract should jointly meet the conditions of this T&C document. It is allowable to employ subcontractors to perform the contract - in such case a list of subcontractors shall be attached showing scope of subcontracting and the documents qualifying for execution of the given scope of supply. The required references will be considered in conjunction with the references of the main Vendor. Chapter VIII Security deposit Security deposit is not required. Chapter IX Proposal validity time 1. The Vendor s proposal shall be valid for 60 days. The period starts running from the proposal submission deadline. 2. In justified cases, before the expiry of the proposal validity time, the Customer may ask the Vendors to agree to an extension of that time limit by a defined period, not longer, however, than 30 days. Chapter X Contract Conclusion After conclusion of the tender proceedings, the results thereof shall be announced by notifying all Vendors in writing. The information about the successful bidder does not result in contract conclusion. The contract shall be concluded after it has been agreed and signed by the parties. The contract shall be concluded within 30 days after announcement of the result of the tender proceedings, but within the proposal validity time. The commencement of works shall take place on the basis of the Purchase Order issued by the Customer. Payment of invoices The remuneration shall be paid on the basis of invoices to be issued within 7 days from the signing date of the Acceptance Protocol after completion of each stage of works acc. to the confirmed Page 8 of 16

9 Schedule of Works and Expenditures. The Acceptance Protocols shall be approved by persons indicated in the Contract. Invoice payment time on the basis of the issued Acceptance Protocol approved by the Customer which shall be the basis for issuance of a VAT invoice with a 30-day payment time. The Customer reserves the following penalties: 1. In the event of non-performance or improper performance of obligations under the Contract, the Parties shall be entitled to charge the following penalties: 1.1. In the event of Contract termination by the Vendor for reasons not attributable to the Customer or Contract termination by the Customer for reasons attributable to the Vendor, the Customer shall be entitled to charge the Vendor with contractual penalties in the amount of up to 20% of the net contract price; 1.2. In the event of non-compliance with the contractual completion date specified in the schedule for reasons not attributable to the Customer, the Customer is entitled to charge the Vendor with contractual penalties: in the amount of 0.5% of the net contract price for each started day of delay; 1.3. In the event of the Vendor s delay in removing the defects and faults found during the warranty and guarantee period, the Customer shall be entitled to charge the Vendor with contractual penalties of 0.2% of the net contract price for each day of delay in removing defects or faults. 2. The total amount of contractual penalties charged to the Vendor for exceeding the completion deadline and termination of the Contract shall not exceed 20% of the net contract price. This limitation does not apply to penalties for delay in removing defects revealed during the warranty or guarantee period. 3. The claims for contractual penalties will be covered in the first place from the remuneration payable to the Vendor, then from the Good Performance Guarantee, to which the Vendor agrees. 4. The Parties reserve the right to claim for liquidated damages exceeding the amount of the stipulated contractual penalties, up to the amount of real damages suffered, in line with general principles. 5. The liability of the Parties for improper performance or non-performance of the Contract is excluded only by the Force Majeure event. Force Majeure events are external events, sudden, independent of the will of the Parties, which could not be foreseen and which could not be prevented, and that have impact on the implementation of the Contract in a way that prevents the execution of this Contract, in whole or in part by a period of time or permanently, the consequences of which the Parties could not foresee or prevent them. 6. If within 14 days from the written notice to the other Party of the occurrence of "force majeure it does not cease to occur, the Parties shall meet to take actions to avoid further delay in the implementation of the Contract. 7 If the circumstances of Force Majeure continue for a period longer than 90 days, the Parties shall be entitled to terminate the Contract Page 9 of 16

10 Chapter XIII Place and deadline of proposal submission 1. Place: Grupa Azoty S.A. ul. Kwiatkowskiego 8, Tarnów (Tender Office). 2. Deadline: The proposals shall be submitted until 8th Febr. 2016, until 10:00 o clock 3. The proposals submitted after the deadline shall not be considered and will be returned unopened. Chapter XIV Date of proposal opening Proposal opening 8th Febr Customer does not provide for the public opening of proposals. Chapter XV Selection criteria 1. Price [C] weight ( 70%) 2. Guarantees [G] weight ( 10%) 3. References [R] weight ( 20%) Proposal rating (O) is the algebraic sum of the above criteria evaluation indices. O = C +G+ R Rules for calculating the evaluation indices, taking into account the above criteria: Price index ( C): C = (C n /C o ) x 0,70 Where: C n the lowest proposal price of the considered proposals, in PLN, C o the price of the examined proposal, in PLN Guarantee index (G): G = (G 0 /Gmax ) x 0,10 Where: G 0 guarantee period of the evaluated proposal Gmax longest guarantee period of the considered proposals Reference index (R): R = (R o /R max ) x 0,20 Where: R o - rating for references of the examined proposal (0 10 points) R max - maximum rating for the references of the considered proposals (0 10 points). R o = 0 - shall exclude the Vendor from the proceedings because of formal reasons. When evaluating the references, the Customer shall consider whether the VENDOR has performed at least 1 (one) work similar in scope and complexity to that being the subject of the Page 10 of 16

11 proceedings and of value not less than that of the subject of the contract within the last 5 years, or - if the Vendor has conducted its business activity for a shorter time during that time, before the proposal submission deadline. The references shall be calculated as follows: R o = Σ R p /W o Where: R p value of individual references presented in the proposal W o value of the proposal References with the value R p ½ x W o shall be considered in the calculations. The Statement as per Chapter VI, par. 1, subpar. 1.4 shall be an auxiliary criterion of Vendor selection. Vendors (together with subcontractors or consortium members) will be preferred who employ the employees under employment contracts, and as employers observe the social clauses concerning employment of people. Criteria of proposal preparation 1. Confirmation of the deadline of fan delivery, installation and commissioning. 2. Evidenced financial and technical ability to perform the contract. Rozdział XVI Further provisions 1. Proposal submission by the Vendor shall be equivalent to the acceptance of the T&C conditions. 2. The Customer reserves the right to choose freely the proposal or extend the deadline of proposal submission. 3. In the course of examination and evaluation of proposals, the Commission may request the Vendors for clarifications concerning the content of the submitted proposals. Therefore, the Vendor shall appoint a person authorized to make decisions in the scope of this proceedings and being in contact with the Customer at the proposal opening time. The proposal shall contain the telephone number and the address of the appointed person 4. The content of the T&C document may be modified in the course of the tender proceedings with the proviso that equal rights of all participants in the tender proceedings will be respected. Chapter XVII Cancellation and termination of the proceedings 1. The Customer reserves the right to cancel the tender without giving any reason, at any stage of the proceedings without bearing any legal and financial consequences. 2. The cancellation of the contract award procedure shall simultaneously shall be advised by the Customer to all Vendors who have applied for the award of the contract. 3. In case of cancellation of the contract award procedure for reasons attributable to the Customer, the Vendors who submitted proposals are not entitled to any claim for reimbursement of the costs of participation in the proceedings. 4. The proceedings may be terminated without choosing any of submitted proposals in the event of circumstances causing the proceedings or purchase order performance not being in the interest of Grupa Azoty S.A. The following documents constitute an integral part of this T&C document: Attachment No. 1 Vendor s Statement Attachment No. 2 Technical documentation in.pdf Page 11 of 16

12 Attachment No. 3 - List of similar works carried out over the last five years Attachment No. 4- Application for the site survey Attachment No. 5 Statement on site survey Approved by:. Corporate Seal. Tender Office Purchasing Entity date/signatures/seals Page 12 of 16

13 VENDOR S STATEMENT Attachment No. 1 to T&C / name (company) and address of the Vendor / I hereby declare that I fulfil the conditions for participation in the contract award procedure: Delivery and Installation of a Tail Gas Fan it. AB3-1 under the Project I-0014/009 Ammonia Plant Intensification and I am not subject to exclusion on the basis of the following provisions. From the contract award procedure are excluded: 1. Vendors who in the last three years prior to the procedure initiation have caused damage to the Customer by failing to perform a contract or by improper performance of a contract, and the damage was not voluntarily repaired until the initiation of the proceedings, unless the non-performance or improper performance has been the result of circumstances not attributable to the Vendor; 2. Vendors, in respect of which the winding up was opened or which have been declared bankrupt; 3. Vendors, in respect of which the bailiffs proceedings for seizure of assets, bank accounts is conducted; 4. Vendors who have been recorded in the National Register of Debtors, 5. Vendors who are in delay with payment of taxes, fees or premiums for social or medical insurance, except cases, where they have received an exemption, deferral, division of overdue payments into instalments or stopping the implementation of decision of the competent authority; 6. natural persons who have been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 7. partnerships whose partner has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 8. partnerships whose partner or board member has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 9. limited partnerships and limited joint-stock partnerships whose general partner has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 10. legal persons whose active member of the management body has been validly sentenced for an offense committed in connection with a contract award procedure, bribery crime, an offense against economic turnover or other crime committed for financial gain; 11. collective entities, against whom a court decided a prohibition to apply for contracts under the provisions on liability of collective entities for acts prohibited under penalty; 12. Vendors who have not submitted the required declarations or otherwise not fulfilled the requirements defined in the T&C or another document which defines the participation requirements, 13. Vendors who are or have been involved in any prohibited practices (corruption, fraud, acting in collusion etc.); 14. Vendors who: - do not possess the necessary expertise, experience and technical capacity, and also do not possess the personnel capable of performing the contract, - are in the economic and financial situation which does not guarantee the performance of the contract;;.. signature of the authorized person(s) Page 13 of 16

14 Attachment No. 3 to T&C... / name and address of the Vendor/ LIST OF SIMILAR WORKS CARRIED OUT OVER THE LAST THREE YEARS In the contract award procedure Delivery and Installation of a Tail Gas Fan it. AB3-1 under the Project I-0014/009 Ammonia Plant Intensification No. Name (company) and address of the Customer Scope od work Value of work (PLN) Completion year Total signature of the authorized person Page 14 of 16

15 Attachment No. 4 to T&C APPLICATION FOR PARTICIPATION IN SITE SURVEY WITHIN THE TENDER No. 14/P/2015 Delivery and installation of a Tail Gas Fan it. AB3-1 Hereby we apply for participation in the site survey on within the above mentioned tender. Entity name and seat address:.... NIP.. ; REGON. Contact person and data:.. tel. No.:., mobile..., ..., Names and family names of persons to participate in the survey... Make and registration number of the car to be used during the site survey: (the above data are needed for a one-time pass to enter the premises of Grupa Azoty S.A.)... place and date. signature of the authorized person(s) Page 15 of 16

16 Attachment No. 5 to T&C.. /Vendor s name and address / STATEMENT ON SITE SURVEY within the tender No. 14/P/2015 Hereby, I confirm that a site survey was performed on..in the presence of the Customer s representative, which covered:.. I have not /have* the following remarks relating to:.. Signature(s) of site survey(s) participant(s) Signature of Customer s representative... Place and date * underline the applicable Page 16 of 16

SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF PUBLIC PROCUREMENT hereinafter referred to as the SETCPP

SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF PUBLIC PROCUREMENT hereinafter referred to as the SETCPP The Public Procurement as Project is co-financed by the European Union within the European Regional Development Fund, Innovative Economy Operational Programme for the years 2007-2013, Priority Axis 2.

More information

SPECIFICATION OF ESSENTIAL TERMS OF CONTRACT hereinafter referred to as SIWZ

SPECIFICATION OF ESSENTIAL TERMS OF CONTRACT hereinafter referred to as SIWZ File no: CRZP/UJ/65/2013 P a g e 1 SPECIFICATION OF ESSENTIAL TERMS OF CONTRACT hereinafter referred to as SIWZ 1) Name (company) and address of the ordering party. 1. Uniwersytet Jagielloński (Jagiellonian

More information

SPECIFICATION OF ESSENTIAL TERMS OF THE CONTRACT. (hereinafter referred to as the SIWZ ) FOR THE DELIVERY OF NEW CASING AND TUBING PIPES

SPECIFICATION OF ESSENTIAL TERMS OF THE CONTRACT. (hereinafter referred to as the SIWZ ) FOR THE DELIVERY OF NEW CASING AND TUBING PIPES Awarding Entity s Company Stamp LOTOS Petrobaltic S.A. ul. Stary Dwór 9, PL 80-758 Gdańsk tel. +48 58 301 30 61 fax. +48 58 301 43 11 NIP: PL5830003042; REGON 002881387 Ref. No. FH/ZP-14/2013 SPECIFICATION

More information

REQUEST FOR PROPOSALS No. 23/2015

REQUEST FOR PROPOSALS No. 23/2015 Gdańsk, 30 June 2015 Consolidated text including the changes of 10 July 2015 REQUEST FOR PROPOSALS No. 23/2015 for the execution of the electrical installation in the hall LKM 2 owned by GSG Towers in

More information

Strona 1 z 25

Strona 1 z 25 DZIAŁ ZAMÓWIEŃ PUBLICZNYCH UNIWERSYTETU JAGIELLOŃSKIEGO Ul. Gołębia 6/2, 31-007 Kraków tel. +4812-432-44-50, fax +4812-432-44-51; e-mail: bzp@uj.edu.pl www.uj.edu.pl Kraków, 28 th November 2013 SPECIFICATION

More information

GENERAL PURCHASING TERMS AND CONDITIONS SOLARIS BUS & COACH S.A.

GENERAL PURCHASING TERMS AND CONDITIONS SOLARIS BUS & COACH S.A. GENERAL PURCHASING TERMS AND CONDITIONS SOLARIS BUS & COACH S.A. Solaris Bus & Coach S.A. with its seat in Bolechowo-Osiedle, at ul. Obornicka 46, 62-005 Owińska, entered into the Register of Entrepreneurs

More information

CONTRACT AWARDING REGULATIONS FOR SHIPMENTS, SERVICES AND CONSTRUCTION WORKS

CONTRACT AWARDING REGULATIONS FOR SHIPMENTS, SERVICES AND CONSTRUCTION WORKS Attachment no. 3 to Decree no. 10/14 Bochnia, 10.03.2014 r. CONTRACT AWARDING REGULATIONS FOR SHIPMENTS, SERVICES AND CONSTRUCTION WORKS by Stalprodukt S.A. located in Bochnia, Poland required for the

More information

3M GENERAL PURCHASE TERMS AND CONDITIONS

3M GENERAL PURCHASE TERMS AND CONDITIONS 1. Definitions 1.1. For the purposes of these General Purchase Terms and Conditions the following phrases are assigned the following meanings: a) 3M shall mean: 3M Wrocław Sp. z o.o. a company incorporated

More information

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY [27th January 2014] Supplement to Official Gazette 939 S.I. 7 of 2014 PUBLIC PROCUREMENT ACT (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY 1.

More information

PARKING SYSTEM FOR PRAGUE AIRPORT

PARKING SYSTEM FOR PRAGUE AIRPORT PARKING SYSTEM FOR PRAGUE AIRPORT TENDER DOCUMENTATION FOR ABOVE- THRESHOLD PUBLIC PROCUREMENT OPEN PROCEDURE USING AN ELECTRONIC AUCTION Ref. no. of the contract: Z2018-011179 File number: 0122002899

More information

PROVISION OF GAS TRANSMISSION SERVICES THROUGH THE POLISH SECTION OF THE TRANSIT GAS PIPELINE SYSTEM YAMAL-EUROPE ON AN INTERRUPTIBLE SERVICE BASIS

PROVISION OF GAS TRANSMISSION SERVICES THROUGH THE POLISH SECTION OF THE TRANSIT GAS PIPELINE SYSTEM YAMAL-EUROPE ON AN INTERRUPTIBLE SERVICE BASIS FRAMEWORK AGREEMENT No../.././. FOR PROVISION OF GAS TRANSMISSION SERVICES THROUGH THE POLISH SECTION OF THE TRANSIT GAS PIPELINE SYSTEM YAMAL-EUROPE ON AN INTERRUPTIBLE SERVICE BASIS entered into on in

More information

AXTONE S.A. GENERAL TERMS AND CONDITIONS OF SALE AND DELIVERY

AXTONE S.A. GENERAL TERMS AND CONDITIONS OF SALE AND DELIVERY AXTONE S.A. GENERAL TERMS AND CONDITIONS OF SALE AND DELIVERY 1. LIST OF DEFINITIONS 1.1. The capitalized terms used in these General Terms and Conditions of Sale and Delivery have the meaning ascribed

More information

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT SUPPLY AND DELIVERY OF LARGE ROUND MOSQUITO NETS REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT TENDER NO: MC/138 /2015-2016 TENDER DESCRIPTION: SUPPLY AND DELIVERY OF LARGE,ROUND MOSQUITO NETS CLOSING/ OPENING

More information

ORDINANCE ON THE AWARD OF SPECIAL PUBLIC CONTRACTS. (Heading amended, SG 7/2007, in force from ) In force from 1 October 2004

ORDINANCE ON THE AWARD OF SPECIAL PUBLIC CONTRACTS. (Heading amended, SG 7/2007, in force from ) In force from 1 October 2004 ORDINANCE ON THE AWARD OF SPECIAL PUBLIC CONTRACTS (Heading amended, SG 7/2007, in force from 23.01.2007) In force from 1 October 2004 Adopted by Council of Ministers Decree No 233 of 3 September 2004

More information

SHORT-TERM REGASIFICATION AGREEMENT

SHORT-TERM REGASIFICATION AGREEMENT SHORT-TERM REGASIFICATION AGREEMENT No../.././. made on.. in Warsaw, hereinafter referred to as the "Short-term Regasification Agreement", by and between: with its registered office in, entered in.. under

More information

Tender Documentation for Procurement Procedure

Tender Documentation for Procurement Procedure Tender Documentation for Procurement Procedure 0424001816 CONSECUTIVE DELIVERIES OF NEW GROUND POWER UNITS (hereinafter referred to as Tender Documentation ) Contracting entity: With registered office:

More information

Tender Documentation for Procurement Procedure DELIVERY OF NEW TOWABLE PASSENGER STAIRS (hereinafter referred to as Tender Documentation )

Tender Documentation for Procurement Procedure DELIVERY OF NEW TOWABLE PASSENGER STAIRS (hereinafter referred to as Tender Documentation ) Tender Documentation for Procurement Procedure 0424001824 DELIVERY OF NEW TOWABLE PASSENGER STAIRS (hereinafter referred to as Tender Documentation ) Contracting entity: With registered office: Prague

More information

22. Details of CIDA registration including specialty and grade.

22. Details of CIDA registration including specialty and grade. If technical committee is not satisfied with the performance of the unit or other installation, plant will not be taken over until necessary improvements are effected. Any time delay for this additional

More information

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF BRANDED EXAMINATION ANSWER BOOKLETS, FOLDERS AND ENVELOPES TUK/04/2018/2019 ALL TENDERERS ARE ADVISED TO

More information

THE TECHNICAL UNIVERSITY OF KENYA

THE TECHNICAL UNIVERSITY OF KENYA 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR TENDER FOR PRINTING OF EXAMINATION BOOKLETS, FILE FOLDERS AND ENVELOPES TUK/T/05/2016-17 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods) STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS (Procurement of Goods) TABLE OF CONTENTS INTRODUCTION. 3 PAGE SECTION I INVITATION TO TENDER 4 SECTION II INSTRUCTIONS TO TENDERERS. 5 Appendix to Instructions

More information

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ & REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/2014-2015 & 2015-2016 SUPPLY & DELIVERY OF CEMENT GOVERNMENT OF MACHAKOS COUNTY P.O. BOX 1996-90100

More information

COMPILATION OF THE ACQUISITION REGULATION OF THE PANAMA CANAL AUTHORITY 1

COMPILATION OF THE ACQUISITION REGULATION OF THE PANAMA CANAL AUTHORITY 1 IMPORTANT NOTICE: Spanish is the official language of the Agreements issued by the Panama Canal Authority Board of Directors. The English translation is intended solely for the purpose of facilitating

More information

GENERAL PURCHASING TERMS AND CONDITIONS. Strama-MPS Maschinenbau GmbH & Co. KG

GENERAL PURCHASING TERMS AND CONDITIONS. Strama-MPS Maschinenbau GmbH & Co. KG GENERAL PURCHASING TERMS AND CONDITIONS Strama-MPS Maschinenbau GmbH & Co. KG I. General Provisions 1.1. These Terms and Conditions of Purchase shall exclusively apply to orders of Strama-MPS Maschinenbau

More information

GENERAL CONDITIONS OF THE CONTRACT (Applicable to purchase orders)

GENERAL CONDITIONS OF THE CONTRACT (Applicable to purchase orders) GENERAL CONDITIONS OF THE CONTRACT (Applicable to purchase orders) ARTICLE 1 PERFORMANCE OF THE CONTRACT 1.1. The Contractor shall perform the Contract to the highest professional standards. The Contractor

More information

TENDER PROCEDURE RULES

TENDER PROCEDURE RULES TENDER PROCEDURE RULES FOR GESTAMP WIND 10 SP. Z O.O. WITH REGARD TO PROJECT FINANCED BY A LOAN FROM A NATIONAL ENVIRONMENTAL PROTECTION AND WATER MANAGEMENT FUND Warsaw, 17 June 2014 PREAMBLE Whereas

More information

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Unique No. NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Tender No. dtd.11.07.2014 Notice inviting Quotation

More information

DISTRIBUTOR AGREEMENT

DISTRIBUTOR AGREEMENT DISTRIBUTOR AGREEMENT THIS AGREEMENT is made this day of, 19, by and between [Name of Company], with its principal place of business located at [Address] (the "Company") and [Name of Distributor], [Address]

More information

GEBERIT PIPING SYSTEMS INTERNATIONAL SALES AND DELIVERY CONDITIONS

GEBERIT PIPING SYSTEMS INTERNATIONAL SALES AND DELIVERY CONDITIONS GEBERIT PIPING SYSTEMS INTERNATIONAL SALES AND DELIVERY CONDITIONS VALID FROM 1 APRIL 2018 International sales and delivery conditions piping systems (valid from 1st of April 2018) 1. General 1.1 All sales,

More information

TITLE VII LIABILITY FOR INFRINGEMENT OF PROVISIONS OF THIS ACT TITLE VIII AMENDMENTS TO THE PROVISIONS IN FORCE TITLE IX INTERIM AND FINAL PROVISIONS

TITLE VII LIABILITY FOR INFRINGEMENT OF PROVISIONS OF THIS ACT TITLE VIII AMENDMENTS TO THE PROVISIONS IN FORCE TITLE IX INTERIM AND FINAL PROVISIONS Note: The English translation of the Act below has been provided by the Public Procurement Office for information purposes only. Only the official Polish text of the Act should be considered authentic.

More information

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

Republic of Uganda. Bidding Document for Framework Contracts for Supplies Republic of Uganda Bidding Document for Framework Contracts for Supplies Subject of Procurement: Supply of Electrical [Lot 1] and Plumbing Materials [Lot 2] Under Framework Contract Procurement Reference

More information

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017 COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/2017-2018 september, 2017 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS

More information

General Conditions of CERN Contracts

General Conditions of CERN Contracts ORGANISATION CERN/FC/5312-II/Rev. EUROPÉENNE POUR LA RECHERCHE NUCLÉAIRE CERN EUROPEAN ORGANIZATION FOR NUCLEAR RESEARCH General Conditions of CERN Contracts CERN/FC/6211/II- Original: English/French 14

More information

TENDER DOCUMENTS. ANTI-DOPING AGENCY OF SERBIA, Trg Republike 3, Belgrade

TENDER DOCUMENTS. ANTI-DOPING AGENCY OF SERBIA, Trg Republike 3, Belgrade TENDER DOCUMENTS ANTI-DOPING AGENCY OF SERBIA, Trg Republike 3, Belgrade PUBLIC PROCUREMENT Laboratory doping control analysis Analysis of Blood and Urine of athletes in Laboratory accredited by the World

More information

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY REPUBLIC OF KENYA OFFICE OF THE GOVERNOR VIHIGACOUNTY TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY ROAD NAME.. WARD.. ROAD LENGTH TENDER No PREPARED BY: County Engineer Vihiga County

More information

General Terms and Conditions of Gechter GmbH Werkzeug- und Maschinenbau Issue date: June, 2010

General Terms and Conditions of Gechter GmbH Werkzeug- und Maschinenbau Issue date: June, 2010 General Terms and Conditions of Gechter GmbH Issue date: June, 2010 I. General 1. Our General Terms and Conditions are applicable to all contracts arising from the business relationship with the contractual

More information

SECTION A - INSTRUCTIONS

SECTION A - INSTRUCTIONS SECTION A - INSTRUCTIONS 1. INTRODUCTION The Long Beach Unified School District (District) is seeking sealed bids from qualified vendors (Bidder), to provide classroom medical/science equipment. The intent

More information

GENERAL CLAUSES AND CONDITIONS FOR ESA CONTRACTS (ESA/C/290, rev. 6 as resulting from ESA/C(2003)103)

GENERAL CLAUSES AND CONDITIONS FOR ESA CONTRACTS (ESA/C/290, rev. 6 as resulting from ESA/C(2003)103) Page 1 GENERAL CLAUSES AND CONDITIONS FOR ESA CONTRACTS (ESA/C/290, rev. 6 as resulting from ESA/C(2003)103) PART I: CONDITIONS APPLICABLE TO CONTRACTS Chapter I Chapter II Chapter III Chapter IV Chapter

More information

ComS.I.T. AG General Terms of Business and Delivery

ComS.I.T. AG General Terms of Business and Delivery ComS.I.T. AG General Terms of Business and Delivery 1 1. Area of Application... 3 2. Conclusion of the Agreement... 3 3. Delivery... 3 4. Prices and Terms of Payment... 3 5. Retention of Title... 4 6.

More information

TERMS AND CONDITIONS OF SALES

TERMS AND CONDITIONS OF SALES 1. Acceptance No Contract, Order or information (literature, drawings etc.) provided to or by the Purchaser shall be binding on Infra Green Ltd unless confirmed in the Infra Green Ltd Order Confirmation.

More information

Gas Storage Agreement the Inverse Storage (hereinafter referred to as the Agreement )

Gas Storage Agreement the Inverse Storage (hereinafter referred to as the Agreement ) Gas Storage Agreement the Inverse Storage (hereinafter referred to as the Agreement ) is concluded between the following parties 1) NAFTA a.s. Votrubova 1, 821 09 Bratislava, incorporated in the Companies

More information

Home Building Amendment Act 2014 No 24

Home Building Amendment Act 2014 No 24 New South Wales Home Building Amendment Act 2014 No 24 Contents Page 1 Name of Act 2 2 Commencement 2 3 Schedule 2 Amendment of NSW Self Insurance Corporation Act 2004 No 106 48 Schedule 3 Repeals 50 New

More information

TO PUBLIC CONTRACT. Name Ústav výzkumu globální změny AV ČR, v. v. i. (Global Change Research Institute CAS)

TO PUBLIC CONTRACT. Name Ústav výzkumu globální změny AV ČR, v. v. i. (Global Change Research Institute CAS) C ONTRACT A WARD D OCUMENTATION TO PUBLIC CONTRACT F ULL-WAVEFORM AERIAL LASER SCANNER I. CONTRACT AWARDING AUTHORITY Name Ústav výzkumu globální změny AV ČR, v. v. i. (Global Change Research Institute

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

General Terms and Conditions of Sale and Delivery of ECKART GmbH

General Terms and Conditions of Sale and Delivery of ECKART GmbH General Terms and Conditions of Sale and Delivery of ECKART GmbH (September 2010) 1. GENERAL 1.1 These General Terms and Conditions of Sale and Delivery (hereinafter called General Sales and Delivery Conditions

More information

Joint Venture (JV) Agreement

Joint Venture (JV) Agreement Joint Venture (JV) Agreement (Joint Venture should be registered in M.P.) THIS AGREEMENT (the Agreement) is made as of the 12th day of May, 2017, by and between (First Party Name) Having registered address

More information

General Terms and Conditions

General Terms and Conditions General Terms and Conditions I. General, Conclusion of Contract. 1. Our delivery and payment conditions are binding and ufficially acknowledged by the customer when placing an order. They shall also apply

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/ TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/2016-2017 CLOSING/OPENING DATE: TUESDAY 4 TH April, 2017 AT 11.00AM University of Eldoret -2017

More information

INQUIRY for purchase/delivery of piston rods for compressor type 5HHE-3 and circulating pump 1HHE-1

INQUIRY for purchase/delivery of piston rods for compressor type 5HHE-3 and circulating pump 1HHE-1 Date: 2018-06-27 Our reference: IKZM2/ 2155/2018 INQUIRY for purchase/delivery of piston rods for compressor type 5HHE-3 and circulating pump 1HHE-1 1. Buyer: Grupa Azoty Zakłady Azotowe Puławy: S.A. would

More information

General Terms and Conditions of Purchase medi GmbH & Co. KG

General Terms and Conditions of Purchase medi GmbH & Co. KG General Terms and Conditions of Purchase medi GmbH & Co. KG medi GmbH & Co. KG Medicusstrasse 1 95448 Bayreuth Germany www.medi.de I Scope 1. These General Terms and Conditions of Purchase shall be applicable

More information

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ]

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] AMONG (1) REGIONAL TRANSPORTATION DISTRICT (RTD); (2) DENVER TRANSIT PARTNERS, LLC, a limited liability company

More information

REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: March 3, 2017

REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: March 3, 2017 REQUEST FOR QUOTATION (RFQ) (Goods) Dear Sir / Madam: NAME & ADDRESS OF FIRM DATE: March 3, 2017 REFERENCE: 2017/PROC/UNDP-MMR/RFQ/007 We kindly request you to submit your quotation for USB Memory Stick

More information

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG TENDER NO:CGM/ONT/024/2015-2016 CLOSING DATE: 11 TH APRIL 2016 AT 10.00 A.M TABLE OF CONTENTS PAGE INTRODUCTION..

More information

General Terms and Conditions of MMG (March 2018) 1. Scope of Application

General Terms and Conditions of MMG (March 2018) 1. Scope of Application General Terms and Conditions of MMG (March 2018) 1. Scope of Application (1) All contractual relationships between MMG Aluminium AG, headquartered in Mayen, Germany, hereinafter referred to as MMG and

More information

TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) MCHS IN BOSSASO AND QARDO

TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) MCHS IN BOSSASO AND QARDO Délégation pour le Somalia Branch Office for Somalia P.O. Box 43801 00100 Tel.: +254-20-4202000 Nairobi Fax: Kenya kensmsuppy@unhcr.org Email : TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 November

More information

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR

More information

TENDER DOCUMENT FOR IFMIS NO

TENDER DOCUMENT FOR IFMIS NO ETHICS AND ANTI- CORRUPTION COMMISSION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF MOTOR VEHICLES TENDER NO. EACC/29 29/201 /2015-201 2016 IFMIS NO. 226684 INTEGRITY CENTRE Valley Rd/Milimani Rd Junction

More information

Standard Conditions of Sale and Terms of Delivery of

Standard Conditions of Sale and Terms of Delivery of Standard Conditions of Sale and Terms of Delivery of I. General 1. These Standard Conditions of Sale and Terms of Delivery (hereinafter referred to as Terms of Delivery ) apply exclusively to our goods

More information

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM) Signed for (all pages) on behalf of SUPPLIER and hereby warrants that (s)he is duly authorised to sign and accept this complete GTCCCSM, consisting of 9 (nine) pages and all it Appendices, on behalf of

More information

INTERNATIONAL TENDER DOCUMENT FOR PROCUREMENT OF

INTERNATIONAL TENDER DOCUMENT FOR PROCUREMENT OF Telephone Shilpa Sangstha (TSS) Limited Tongi, Gazipur, Bangladesh INTERNATIONAL TENDER DOCUMENT FOR PROCUREMENT OF Components and Accessories for 20,000 pcs DOEL Laptops 10.1 Model Basic 0703E and Spare

More information

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS ICON DRILLING ABN 75 067 226 484 PURCHASE ORDER TERMS & CONDITIONS Acceptance of this offer is subject to the terms and conditions of this Agreement. Acceptance of materials, work or services, payment

More information

Cost of the Tender Document: 20

Cost of the Tender Document: 20 UM 1864 TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF LABORATORY ULT FREEZERS COMPLETE WITH PRESSURISED GAS CYLINDER CABINETS AT THE PHYSIOLOGY AND BIOCHEMISTRY DEPARTMENT OF THE UNIVERSITY

More information

ACT of 27 June on political parties 1. Chapter 1. General provisions

ACT of 27 June on political parties 1. Chapter 1. General provisions Copyrighted translation. Please cite: www.partylaw.leidenuniv.nl Source: http://www.sejm.gov.pl/prawo/partiepol/partiepol.htm (Accessed: August 2011) ACT of 27 June 1997 on political parties 1 Chapter

More information

TENDER. INVITATION TO BID: No. ITB/SOM/GAL/17/008. CLOSING DATE AND TIME: Wednesday August 30, 2017, 16.30pm EAT

TENDER. INVITATION TO BID: No. ITB/SOM/GAL/17/008. CLOSING DATE AND TIME: Wednesday August 30, 2017, 16.30pm EAT Délégation pour le Somalia Sub Office Galkayo P.O. Box 43801 00100 Tel.: +252-05-826014 Bossaso Fax: Somalia sombssupply@unhcr.org Email : TENDER August 2, 2017 INVITATION TO BID: No. ITB/SOM/GAL/17/008

More information

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/ Serial No. REPUBLIC OF KENYA MINISTRY OF HEALTH P.O. BOX 30016-00100, NAIROBI TENDER No. MOH/ONT/001/2017-2018 PROVISION OF HOTEL ACCOMMODATION, CONFERENCE FACILITIES AND BANQUETING TABLE OF CONTENTS Page

More information

CALL FOR TENDER No D/SE/10/02. Fundamental rights of persons with intellectual disabilities and persons with mental health problems ANNEX B

CALL FOR TENDER No D/SE/10/02. Fundamental rights of persons with intellectual disabilities and persons with mental health problems ANNEX B CALL FOR TENDER No D/SE/10/02 Fundamental rights of persons with intellectual disabilities and persons with mental health problems ANNEX B DRAFT SERVICES CONTRACT The European Union Agency for Fundamental

More information

N O T I F I C A T I O N

N O T I F I C A T I O N Islamabad, June 9, 2004 N O T I F I C A T I O N S.R.O. 432(I)/2004.- In exercise of the powers conferred by section 26 of the Public Procurement Regulatory Authority Ordinance, 2002 (XXII of 2002), the

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES TABLE OF CONTENTS Page INTRODUCTION. 3 SECTION I INVITATION TO TENDER. 4 SECTION II INSTRUCTIONS TO TENDERERS.. 5 APPENDIX TO INSTITUTIONS TO TENDER.

More information

PUBLIC PRIVATE PARTNERSHIPS ACT

PUBLIC PRIVATE PARTNERSHIPS ACT LAWS OF KENYA PUBLIC PRIVATE PARTNERSHIPS ACT NO. 15 OF 2013 Revised Edition 2015 [2013] Published by the National Council for Law Reporting with the Authority of the Attorney-General www.kenyalaw.org

More information

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) BIDDING DOCUMENT for Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) 1. SUPPLY OF SINGLE PHASE PRE-PAID

More information

Standard terms and conditions

Standard terms and conditions müller quadax gmbh Teslastraße 6 74670 Forchtenberg Germany Tel. +49 7947 828-20 Fax +49 7947 828-14 Email info@quadax.de Website www.quadax.de Section 1 General / scope of application (1) These standard

More information

TENDER SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER

TENDER SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER TENDER SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER Invitation to tender No. MOVE/C4/323-1-2012 concerning Study on a test for electronic safety components at roadworthiness tests 1 TABLE OF CONTENTS

More information

General Terms and Conditions of Purchase

General Terms and Conditions of Purchase Status: October 2011 Index 10/2011-A Goch GmbH & Co. KG P.O. Box 350110 Zum Ihnedieck 18 Fax +49 231 4650588 Tel. +49 231 465050 D-44243 Dortmund D-44265 Dortmund info@gogas.com www.gogas.com General Terms

More information

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF Janata Bank Limited Divisional Office, Cumilla. Rajgonj Road,Chatipatty,Cumilla. Phone-081-72492, 72607, 76404. Fax-081-72608 Email: comilla@janatabank-bd.com Website: www.janatabank-bd.com Procurement

More information

Greece-Herakleion of Attica: Gas compressors 2018/S Contract notice utilities. Supplies

Greece-Herakleion of Attica: Gas compressors 2018/S Contract notice utilities. Supplies 1 / 8 This notice in TED website: http://ted.europa.eu/udl?uri=ted:notice:290287-2018:text:en:html Greece-Herakleion of Attica: Gas compressors 2018/S 127-290287 Contract notice utilities Supplies Legal

More information

CHAPTER I. 1. Applicable rules. Article 1

CHAPTER I. 1. Applicable rules. Article 1 Government Decree 321/2015 (30 October) on the way of certifying suitability and the non-existence of the grounds for exclusion as well as the definition of public procurement technical specifications

More information

TERMS OF REFERENCE [SIWZ]

TERMS OF REFERENCE [SIWZ] Project no.: 2017/CSP/1904 Warsaw, 12.09.2017 TERMS OF REFERENCE [SIWZ] 2017/CSP/1904 Construction or Modernisation of the Limestone Goods Cableway from Piechcin to Janikowo in the 'Design and Build' Formula

More information

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for

More information

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES P. O. Box 713 01100 KAJIADO, KENYA TEL: 0703 969000, 0739 969000 Website: www.umma.ac.ke TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES TABLE OF CONTENTS PAGE SECTION I SECTION

More information

Law No. 02/L-44 ON THE PROCEDURE FOR THE AWARD OF CONCESSIONS

Law No. 02/L-44 ON THE PROCEDURE FOR THE AWARD OF CONCESSIONS UNITED NATIONS United Nations Interim Administration Mission in Kosovo UNMIK NATIONS UNIES Mission d Administration Intérimaire des Nations Unies au Kosovo PROVISIONAL INSTITUTIONS OF SELF GOVERNMENT Law

More information

RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES)

RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES) RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES) 1. DEFINITIONS In these Conditions: Business Day means a day other than a Saturday, Sunday or public holiday in England when banks in London

More information

Section I: Instruction to Offerors

Section I: Instruction to Offerors Section I: Instruction to Offerors 1. SCOPE OF PROPOSAL Offerors are invited to submit a Proposal for the services/goods specified in Section II: Schedule of Requirements, in accordance with this RFP.

More information

General Terms and Conditions of Sale and Delivery of ERC Emissions-Reduzierungs-Concepte GmbH ( ERC )

General Terms and Conditions of Sale and Delivery of ERC Emissions-Reduzierungs-Concepte GmbH ( ERC ) 1. General General Terms and Conditions of Sale and Delivery of 1.1 The following Terms and Conditions shall exclusively apply to all business transactions with the Purchaser. They apply to business transactions

More information

SCOPE OF THE DETAILED DEVELOPMENT OF THE COMPETITION WORK MAKING UP THE SUBJECT OF THE COMMISSION

SCOPE OF THE DETAILED DEVELOPMENT OF THE COMPETITION WORK MAKING UP THE SUBJECT OF THE COMMISSION Attachment Z1.4. To the Rules and Regulations for the Competition for the Development of a Functional Spatial Concept for Central Square in Warsaw SCOPE OF THE DETAILED DEVELOPMENT OF THE COMPETITION WORK

More information

Company Policies CHEMIDOSE LIMITED. Chemical dosing specialists

Company Policies CHEMIDOSE LIMITED. Chemical dosing specialists Company Policies CHEMIDOSE LIMITED Chemical dosing specialists Unit 1 Centre 2000 St.Michael s Road Sittingbourne Kent ME10 3DZ Tel:01795 425169 www.chemidose.co.uk Chemidose Policies, Terms and Conditions

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

TURKEY Industrial Design Law Decree-law No. 554 as amended by Law No of November 7, 1995 ENTRY INTO FORCE: November 7, 1995

TURKEY Industrial Design Law Decree-law No. 554 as amended by Law No of November 7, 1995 ENTRY INTO FORCE: November 7, 1995 TURKEY Industrial Design Law Decree-law No. 554 as amended by Law No. 4128 of November 7, 1995 ENTRY INTO FORCE: November 7, 1995 TABLE OF CONTENTS PART I GENERAL PROVISIONS Section I Aim, Scope, Persons

More information

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

TABLE OF CONTENTS. 1 General

TABLE OF CONTENTS. 1 General TABLE OF CONTENTS 1 General... 2 2 Place and Time of Delivery... 3 3 Prices, Invoices and Payment... 4 4 Warranty, Guarantee and Compensation... 4 5 Other... 5 6 Applicable Law and Jurisdiction... 7 1

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

Register, 2014 Commerce, Community, and Ec. Dev.

Register, 2014 Commerce, Community, and Ec. Dev. 3 AAC is amended by adding a new chapter to read: Chapter 109. Procurement Alaska Energy Authority Managed Grants. Article 1. Roles and Responsibilities. (3 AAC 109109.010-3 AAC 109109.050) 2. Source Selection

More information

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 (ELIGIBLE TO UNDERWRITERS ONLY) CLOSING DATE: 7 TH MARCH AT 12.00 NOON Table

More information

Act on Securitization of Assets

Act on Securitization of Assets Act on Securitization of Assets (Act No. 105 of June 15, 1998) Part I General Provisions (Articles 1 to 3) Part II Organization of Specific Purpose Companies Chapter I Notification (Articles 4 to 12) Chapter

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

ARBITRATION RULES FOR THE TRANSPORTATION ADR COUNCIL

ARBITRATION RULES FOR THE TRANSPORTATION ADR COUNCIL ARBITRATION RULES FOR THE TRANSPORTATION ADR COUNCIL TABLE OF CONTENTS I. THE RULES AS PART OF THE ARBITRATION AGREEMENT PAGES 1.1 Application... 1 1.2 Scope... 1 II. TRIBUNALS AND ADMINISTRATION 2.1 Name

More information

Invitation to Bid. Subject: Procurement of Air Conditioners Ref: ITB/KRT/12/090

Invitation to Bid. Subject: Procurement of Air Conditioners Ref: ITB/KRT/12/090 Invitation to Bid Date: 25/07/2012 Dear Sir/Madam, Subject: Procurement of Air Conditioners Ref: ITB/KRT/12/090 1. We hereby solicit your bid for the supply of following goods. Supply and delivery IT Equipment

More information

Quotations submitted by hand/mail should be in sealed envelopes and sent to the following address:

Quotations submitted by hand/mail should be in sealed envelopes and sent to the following address: NAME & ADDRESS OF FIRM: TYPE: (please mark one) REQUEST FOR QUOTATION (RFQ) 10 September 2012 REFERENCE: RFQ-SS-GDS-DGU-UNDP-071-2012 Individual Partnership Corporation CONTACT PERSON: TELEPHONE No. EMAIL

More information

Tender. for. Indian Institute of Technology Jodhpur

Tender. for. Indian Institute of Technology Jodhpur Tender for WatchGuard (XTM-1050) Security License Renewal at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/IT/2016-17/37 NIT Issue Date : 25 January 2017 Last Date of Submission : 13 February

More information

General guidance on EFSA procurements

General guidance on EFSA procurements General guidance on EFSA procurements For potential tenderers when considering the submission of a tender in response to a procurement procedure of the European Food Safety Authority Updated February 206

More information