Bids and Award Committee (BAC) TERMS OF REFERENCE FOR GOODS & SERVICES. (Small Value Procurement)

Size: px
Start display at page:

Download "Bids and Award Committee (BAC) TERMS OF REFERENCE FOR GOODS & SERVICES. (Small Value Procurement)"

Transcription

1 Bids and Award Committee (BAC) TERMS OF REFERENCE FOR GOODS & SERVICES (Small Value Procurement) SUPPLY, DELIVERY, INSTALLATION, PROGRAMMING/CONFIGURATION AND TESTING AND COMMISSIONING OF INVERTER AND APPURTENANCES SECTION 1: BACKGROUND PNOC Renewables Corporation (PNOC RC) intends to procure one (1) unit of 5kW PV inverter for its 100kW DENR-EMB grid-tied solar PV rooftop system (the Project) to replace the defective Samil Power SolarRiver Inverter (Model 5200TL). The site is located at DENR Compound, Visayas Avenue, Diliman, Quezon City, Philippines. The Contractor shall be responsible for the supply, delivery, installation, programming/configuration and testing & commissioning of the inverter and its appurtenances. Pursuant to the Revised Implementing Rules and Regulations (IRR) of RA procurement of goods - with approved budget for contract amounting to One Million Pesos (Php1,000,000.00) or less can be done through small value procurement. SECTION 2: PURPOSE/OBJECTIVES PNOC Renewables Corporation is seeking proposals from competent and eligible bidders/suppliers for supply, delivery, installation, programming/configuration and testing & Commissioning of the inverter and appurtenances. The replacement inverter shall be of the same brand (SAMIL), equivalent to the existing inverter and shall adopt to the existing system. The replacement inverter shall utilize the existing monitoring station and wifi. Any additional equipment necessary for the integration of the inverter with the existing system, particularly for the monitoring station shall be of the account of the Supplier (i.e. hub, access point, communication cables). Accordingly, site investigation shall be done prior to execution. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 1 OF 25

2 Please refer to the different system architectures below for further understanding of the system. Option 1: Same Model Option 2: Different Model (Wireless) DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 2 OF 25

3 Option 3: Different Model (Wired) SECTION 3: QUALIFICATIONS The following shall be eligible to participate in the bidding for the supply of goods/services: a.) b.) c.) Duly licensed Filipino citizens/sole proprietorships; If a partnership, duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines; If a corporation, duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines; SECTION 4: APPROVED BUDGET FOR THE CONTRACT (ABC) The PNOC Renewables Corporation (PNOC RC) shall offer to all prospective bidders the Supply, Delivery, Installation and Testing and Commissioning of 5kW Solar PV Inverter. The price quotation shall not exceed the Approved Budget for the Contract (ABC) amounting to One Hundred Twenty-Two Thousand and Six Hundred Forty Pesos (Php122,640.00), inclusive of 12% VAT and all other applicable government taxes and charges. Any bid beyond ABC will automatically be disqualified. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 3 OF 25

4 SECTION 5: SCOPE OF WORK AND TECHNICAL SPECIFICATIONS Scope of Work - Applies to all items, to wit: a.) Site Assessment/Investigation b.) Supply and Delivery of Inverter and Appurtenances c.) Installation of Inverter and Appurtenances d.) Programming and configuration to adopt with existing system e.) Testing and commissioning Technical Specifications No. Technical Specifications 1 Quantity of Inverter 1 unit 2 DC Power Wattpeak (min) 3 Input voltage Volts 4 Min. input voltage Volts 5 Max. input current Amps 6 Number of independent MPP inputs / 2 / 1 strings per MPP input 7 AC Power 5000W 8 Nominal AC voltage 230Vac (single phase) 9 Nominal grid frequency 50 Hz / 60 Hz 10 Power factor >0.99@nominal power (adj leading ~0.80 lagging) 11 Efficiency 98.2 % 12 DC disconnect device Must 13 Ground fault monitoring / Grid Must monitoring 14 DC reverse polarity protection / AC Must short circuit protection 15 Protection class (IEC 62103) / I / II (DC), III (AC) overvoltage category (IEC ) 16 Operating temperature range -25 C +60 C 17 Topology Transformer-less 18 Degree of protection (according to IP65 IEC 60529) 19 DC connection / AC connection MC4 / P-P (Plug and play) connector 20 Display LCD 21 Communication Interface: WIFI or RS485/232 with accessories 22 Warranty 5 Years 23 Type and Mounting String type, Wall-mounted 24 Accessories Bracket, Installation Kit, connectors DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 4 OF 25

5 SECTION 6: TERMS OF DELIVERY / DELIVERY SCHEDULE The lead time for the supply, delivery, installation, programming/configuration and testing and commissioning of shall be thirty (30) calendar days upon receipt of Purchase Order. The delivery site is located at DENR Compound, Visayas Avenue, Diliman, Quezon City, Philippines. SECTION 7: SELECTION CRITERIA The prospective bidder should have the following qualifications: a.) At least three (3) years experience in the Supply, delivery, Installation, programming and configuration to adopt to existing system, and testing and commissioning of inverter and/or any other works similar in nature to the above-mentioned scope of work; b.) Key personnel who will conduct the works must have three (3) years experience in Supply, delivery, Installation, programming and configuration to adopt to existing system, and testing and commissioning of inverter and any other works which are equal to or similar in nature; c.) Must comply with the eligibility requirements enumerated in Section 8. The project shall be awarded to the Single/Lowest Calculated Responsive Bidder (S/LCRB). SECTION 8: SUBMISSION, RECEIPT, MODIFICATION AND WITHDRAWAL OF BIDS i. Bidders shall submit their bid proposal through their duly authorized representative in two (2) sealed bid envelopes, and which shall be submitted simultaneously in four (4) copies. ii. Bid proposal shall contain the following documents: First Envelope: ELIGIBILITY AND TECHNICAL PROPOSAL a.) Registration certificate from SEC, Department of Trade and Industry (DTI) for sole proprietorship, or CDA for cooperatives; b.) Mayor s/business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; (In cases of recently expired Mayor s/business permits, it shall be accepted together with the official receipt as proof that the bidder has applied for renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as a postqualification requirement); c.) PhilGEPS Certificate of Registration; d.) Omnibus Sworn Statement in accordance with the succeeding paragraph; and, DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 5 OF 25

6 e.) Technical Components Forms (See Annex B) i. Checklist of Eligibility and Technical Requirements for Bidders ii. Technical Data Sheet iii. List of Completed Contracts/Projects iv. Company Requirements: a. Company profile to include background, organization and experience of the firm b. Data from three (3) different clients for survey The Omnibus Sworn Statement executed by the bidder, or its duly authorized representative, shall contain the following (See Annex A): 1. The signatory is the duly authorized representative of the prospective bidder, and granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract accompanied by the duly notarized Special Power of Attorney, Board/Partnership Resolution, or Secretary s Certificate, whichever is applicable; 2. It is not blacklisted or barred from bidding; 3. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 4. It is authorizing PNOC RC s Board of Directors or duly authorized representative/s to verify all the documents submitted; 5. It complies with the disclosure provision under Section 47 of the Act and this IRR, in relation to other provisions of R.A. 3019; 6. It complies with existing labor laws and standards; 7. It complies with the responsibilities of a prospective or eligible bidder provided in the PBDs; and 8. It did not give or pay, directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. Second envelope: FINANCIAL PROPOSAL a.) Financial component forms (See Annex C) b.) The total amount shall be equal or less than the ABC. c.) All bid proposal shall be quoted in Philippine Peso and inclusive of all applicable taxes. iii. Bids shall remain valid for the period not exceed thirty (30) calendar days from the date of the opening of bids. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 6 OF 25

7 iv. Bids shall be received by the BAC on the date, time and place specified in the Request for Quotation. v. Bids submitted after the deadline shall not be accepted by the BAC. vi. A bidder may modify its bid, provided that this is done before the deadline for the submission and receipt of bids. vii. A bidder may, through a letter, withdraw its bid before the deadline for the receipt of bids. Withdrawal of bids after the applicable deadline shall be subject to appropriate sanctions as prescribed in the IRR of R.A SECTION 9: BID SECURITY The bidder shall submit a bid securing declaration, or any form of bid security denominated in Philippine Pesos and posted in favor of the PNOC RC with the following schedule: a. If cash or cashier s/manager s check issued by a Universal or Commercial Bank in an amount not less than two (2%) percent of the ABC; b. If bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank (Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank) in an amount not less than five (5%) percent of the ABC; and, c. If through surety bond, callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security in an amount not less than five (5%) percent of the ABC. SECTION 10: PERFORMANCE SECURITY Prior to the signing of the contract, the winning bidder shall post a performance security in accordance with the following schedule: Form of Performance Security (a) Cash or cashier s/manager s check issued by a Universal or Commercial Bank. (b) Bank draft/guarantee or irrevocable Letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. Amount of Performance Security (Equal to Percentage of the Total Contract Price) Five percent (5%) Five percent (5%) DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 7 OF 25

8 (c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; Thirty percent (30%) The Performance Security shall be dominated in Philippine Pesos and posted in favor of PNOC Renewables Corporation, which shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract The performance security shall remain valid until issuance of Certificate of Completion and Acceptance The performance security may be released after the issuance of Certificate of Completion and Acceptance subject to the following conditions: a. Procuring Entity has no claims filed against the contract awardee or the surety company; b. It has no claims for labor and materials filed against the contractor SECTION 11: WARANTY SECURITY The Supplier shall secure warranty for five years. The acceptable form of warranty security shall be as follows: i. Cash or Letter of Credit issued by a universal or Commercial Bank, provided however, that the Letter of Credit shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. Equivalent to five percent (5%) of the total contract price; or ii. Bank guarantee confirmed by a Universal or Commercial Bank. Equivalent to five percent (5%) of the total contract price; or iii. Surety bond callable upon demand issued by GSIS or a surety insurance company duly certified by the Insurance Commission as authorized to issue such security. Equivalent to thirty percent (30%) of the total contract price. SECTION 12: LIQUIDATED DAMAGES Where the contractor refuses or fails to satisfactorily complete the work within the specified contract time, plus any time extension duly granted and is hereby in default under the contract, the contractor shall pay the procuring entity for liquidated damages, and not by way of penalty, an amount, as provided in the conditions of contract, equal to at least one tenth (1/10) of one (1) percent of the cost of the unperformed portion of the works for every day of delay. SECTION 13: TERMS, CONDITIONS AND SCHEDULE OF PAYMENTS DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 8 OF 25

9 i. Advance Payment a. PNOC RC shall make an advance payment to the contractor in an amount not exceeding fifteen percent (15%) of the total contract price to be made in lump and shall be made only upon the submission to and acceptance by the procuring entity of an irrevocable letter of credit or a bank guarantee issued by a Universal or Commercial Bank equivalent to the amount of advance payment; b. The advance payment shall be allowed within seven (7) calendar days from receipt of Purchase Order or signing of the contract. c. The advance payment shall be repaid by the contractor by deducting fifteen percent (15%) from the final payment. ii. Final Payment iv. One time final payment shall be made only upon a certification by the representative of the procuring entity to the effect that the scopes of work have been rendered and/or delivered in accordance with the terms of this contract and have been duly inspected with test report certificate and accepted. iii. Payments shall be made promptly by PNOC RC. iv. Payment shall be made thirty (30) working days after receipt of completed required documents. v. The request(s) for payment shall be made to PNOC RC in writing, accompanied by a billing request statement describing, as appropriate, the output/report delivered and/or Services performed, and by submission of other required documents and obligations stipulated in this Contract. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 9 OF 25

10 ANNEX A OMNIBUS SWORN STATEMENT DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 10 OF 25

11 OMNIBUS SWORN STATEMENT (SOLE PROPRIETORSHIP) REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ) S.S. A F F I D A V I T I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder]; 2. As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; 3. [Name of Bidder] is not blacklisted or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Bidder] is authorizing the Head of the PNOC Renewables Corporation or its duly authorized representative(s) to verify all the documents submitted; 6. I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents; DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 11 OF 25

12 b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract; c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. IN WITNESS WHEREOF, I have hereunto set my hand this day of, 20 at, Philippines. Bidder s Representative/Authorized Signatory DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 12 OF 25

13 ACKNOWLEDGEMENT REPUBLIC OF THE PHILIPPINES) ) S.S. BEFORE ME, a Notary Public for and in the above jurisdiction, this day of 20, personally appeared: Name Proof of Identification Date/Place Issued known to me and to me known to be the same persons who executed the foregoing instrument, and they acknowledged to me that the same is their own free and voluntary act and deed as well as the free and voluntary act and deed of the corporation represented herein and that they are duly authorized to sign the same. This instrument consisting of pages, including this page whereon the acknowledgement clause is written, signed by the parties and their instrumental witnesses on each and every page hereof, sealed with my notarial seal, refers to an Omnibus Sworn Statement. WITNESS MY HAND AND SEAL on the date and at the place first above-written. Notary Public Until 31 December 20 PTR No. Issued at Issued on TIN No. Doc. No. ; Page No. ; Book No. ; Series of 20. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 13 OF 25

14 OMNIBUS SWORN STATEMENT (PARTNERSHIP/CORPORATION/JOINT VENTURE/COOPERATIVES) REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ) S.S. A F F I D A V I T I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; 2. I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary s Certificate issued by the corporation or the members of the joint venture)]; 3. [Name of Bidder] is not blacklisted or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Bidder] is authorizing the Head of the PNOC Renewables Corporation or its duly authorized representative(s) to verify all the documents submitted; 6. {If a partnership or cooperative} None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 14 OF 25

15 {If a corporation or joint venture} None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents; b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract; c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. IN WITNESS WHEREOF, I have hereunto set my hand this day of, 20 at, Philippines. Bidder s Representative/Authorized Signatory DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 15 OF 25

16 ACKNOWLEDGEMENT REPUBLIC OF THE PHILIPPINES) ) S.S. BEFORE ME, a Notary Public for and in the above jurisdiction, this day of 20, personally appeared: Name Proof of Identification Date/Place Issued known to me and to me known to be the same persons who executed the foregoing instrument, and they acknowledged to me that the same is their own free and voluntary act and deed as well as the free and voluntary act and deed of the corporation represented herein and that they are duly authorized to sign the same. This instrument consisting of pages, including this page whereon the acknowledgement clause is written, signed by the parties and their instrumental witnesses on each and every page hereof, sealed with my notarial seal, refers to an Omnibus Sworn Statement. WITNESS MY HAND AND SEAL on the date and at the place first above-written. Notary Public Until 31 December 20 PTR No. Issued at Issued on TIN No. Doc. No. ; Page No. ; Book No. ; Series of 20. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 16 OF 25

17 ANNEX B TECHNICAL PROPOSAL DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 17 OF 25

18 CHECKLIST OF ELIGIBILITY AND TECHNICAL REQUIREMENTS FOR BIDDERS (GOODS AND SERVICES) EL IGIB IL ITY & TECHN IC AL D OCU M EN TS DESCRIPTION AND REQUIREMENTS 1 Registration certificate from SEC, Department of Trade and Industry (DTI) for sole proprietorship, or CDA for cooperatives BID OFFER 2 Mayor s/business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas 3 Certificate of PhilGEPS Registration or Proof of PhilGEPS Registration 4 Technical Specifications Note: Technical Data Sheet (TDS) shall be filled-up and submitted 5 Omnibus Sworn Statement 6 JVA, if applicable NOTES: 1. Bidder shall indicate its compliance to PNOC RC s Technical Requirements on the column marked BID OFFER by using ONLY the words COMPLY or FOLLOWED. Symbols or characters such as DITTO or QUOTATION MARKS are NOT ACCEPTABLE. Should the Bidder deviate from PNOC RC s requirements, it shall indicate the exact offer on the space provided and supporting documentation and technical brochures must be provided. 2. In case the provided spaces are not enough, use additional sheet and indicate SEE ATTACHED on the space provided. 3. Unless otherwise specified, requirements indicated above are minimum. Bidder s Name: Authorized Representative: Designation: Signature: Date: DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 18 OF 25

19 TECHNICAL DATA SHEET FOR INVERTER No. Technical Requirements Bid Offer 1 Quantity of Inverter 1 unit 2 DC Power Watt peak (min) 3 Input voltage Volts 4 Min. input voltage Volts 5 Max. input current Amps 6 Number of independent MPP inputs / strings per MPP input 2 / 1 7 AC Power 5000W 8 Nominal AC voltage 230Vac (single phase) 9 Nominal grid frequency 50 Hz / 60 Hz 10 Power factor 11 Efficiency 98.2 % 12 DC disconnect device Must Ground fault monitoring / Grid monitoring DC reverse polarity protection / AC short circuit protection Protection class (IEC 62103) / overvoltage category (IEC ) >0.99@nominal power (adj leading ~0.80 lagging) Must Must I / II (DC), III (AC) 16 Operating temperature range -25 C +60 C 17 Topology Transformer-less 18 Degree of protection (according to IEC 60529) 19 DC connection / AC connection IP65 20 Display LCD 21 Communication Interface: 22 Warranty 5 Years MC4 / P-P (Plug and play) connector WIFI or RS485/232 with accesories 23 Type and Mounting String type, Wall-mounted 24 Accessories Bracket, Installation Kit, connectors 1. Bidder shall indicate its compliance to PNOC RC s Technical Requirements on the column marked BID OFFER by using ONLY the words COMPLY or FOLLOWED. Symbols or characters such as DITTO or QUOTATION MARKS DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 19 OF 25

20 are NOT ACCEPTABLE. Should the Bidder deviate from PNOC RC s requirements, it shall indicate the exact offer on the space provided and supporting documentation and technical brochures must be provided. 2. In case the provided spaces are not enough, use additional sheet and indicate SEE ATTACHED on the space provided. 3. Unless otherwise specified, requirements indicated above are minimum. 4. Failure to provide the necessary information/data required in this Technical Data Sheet may cause the disqualification of bid. Bidder s Name: Authorized Representative: Designation: Signature: Date: DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 20 OF 25

21 Project: Supply, Installation, Testing and Commissioning of Inverter (Replacement Unit) List of Completed Contracts/Projects Business Name Business Address : : Name of Contract/ Project a. Owner s Name b. Address c. Telephone Nos. Nature of Work a. Date Awarded b. Date Started c. Completion Date Total Amount of Project (PhP) Submitted By: Name of Bidder s Authorized Representative Signature of Authorized Representative Name of Bidder Date DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 21 OF 25

22 ANNEX C FINANCIAL COMPONENT FORMS DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 22 OF 25

23 BID FORM Date: To: Contract No: PNOC RENEWABLES CORPORATION G/F PNOC Bldg. V, Energy Center, Rizal Drive, BGC, Taguig City, Metro Manila Philippines Gentlemen and/or Ladies: Having examined the Terms of Reference including Bid Bulletin Numbers, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to i n conformity with the said Terms of Reference for the sum of or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents. We agree to abide by this Bid for the Bid Validity Period specified in Section 8: Submission of Bids and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below: Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 23 OF 25

24 We understand that you are not bound to accept the lowest or any Bid you may receive. We certify/confirm that we comply with the eligibility requirements as per Section 8 of the Terms of Reference. Dated this day of. [signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of. DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 24 OF 25

25 F I N A N C I A L PARTICULARS P R O P O S A L AMOUNT Supply and Delivery of 1unit 5kW PV Inverter Installation of inverter and its appurtenances Programming/Configuration Testing and Commissioning GRAND TOTAL GRAND TOTAL (Amount in words): NOTES: 1. Bid Price shall be inclusive of 12% VAT and all other applicable government taxes and charges. 2. In case of erasures, please have it countersigned by your authorized representative. 3. The undersigned submits the foregoing bid with full knowledge and consent that PNOC RC has the right to reject any or all bids and accept only those that are considered most advantageous to PNOC RC and / or the government. Bidder s Name: Authorized Representative: Designation: Signature: Date: DOCUMENT NO.: DI ; EFFECTIVITY DATE: ; VERSION:1; ISSUED BY: PUR PAGE 25 OF 25

Section VIII. Bidding Forms

Section VIII. Bidding Forms Section VIII. Bidding Forms Notes on the Bidding Forms The Bidder shall complete and submit with its Bid the Bid Form and Price Schedules in accordance with ITB Clause 15 with the requirements of the Bidding

More information

Section II. Instructions to Bidders

Section II. Instructions to Bidders 1. Scope of Bid Section II. Instructions to Bidders A. General 1.1. The procuring entity named in the BDS (hereinafter referred to as the Procuring Entity ) wishes to receive bids for supply and delivery

More information

ROMBLON STATE UNIVERSITY BIDS AND AWARDS COMMITTEE. Odiongan, Romblon. Procurement of Construction Materials & Supplies

ROMBLON STATE UNIVERSITY BIDS AND AWARDS COMMITTEE. Odiongan, Romblon. Procurement of Construction Materials & Supplies ROMBLON STATE UNIVERSITY BIDS AND AWARDS COMMITTEE Odiongan, Romblon Procurement of Construction Materials & Supplies Solicitation No: RSU-09-17 Source of Fund: 101 & 164 QTY. 2980.50 ABC: PHP 1,198,731.00

More information

Supply and Installation of Access Control System & Peripherals for SMART Access Card Project

Supply and Installation of Access Control System & Peripherals for SMART Access Card Project PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Supply and Installation of Access Control System & Peripherals for SMART Access Card Project Batangas State University Bidding Documents

More information

PHILIPPINE BIDDING DOCUMENTS

PHILIPPINE BIDDING DOCUMENTS Republic of the Philippines UNIVERSITY OF THE PHILIPPINES LOS BAÑOS Bids and Awards Committee (Infrastructure) SPMO, Rambutan Road, College, Laguna Tel. No. (049) 544-0382 jmpunzalan.bacinfra@gmail.com

More information

BIDS AND AWARDS COMMITTEE. Bidding Documents. Name of the Project: Security Services for CY 2018

BIDS AND AWARDS COMMITTEE. Bidding Documents. Name of the Project: Security Services for CY 2018 EMBASSY OF THE REPUBLIC OF THE PHILIPPINES, KUALA LUMPUR BIDS AND AWARDS COMMITTEE Bidding Documents Name of the Project: Security Services for CY 2018 Approved Budget for Contract (ABC): One Hundred Thirty

More information

(As Harmonized with Development Partners)

(As Harmonized with Development Partners) PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of GOODS 2 nd PUBLIC BIDDING OF SCHEDULES 2, 3 & 4 OF THE SUPPLY AND DELIVERY OF BRAND NEW TRANSPORTATION/MOTOR VEHICLES

More information

PHILIPPINE BIDDING DOCUMENTS

PHILIPPINE BIDDING DOCUMENTS Republic of the Philippines UNIVERSITY OF THE PHILIPPINES LOS BAÑOS Bids and Awards Committee (Research) SPMO, Rambutan Road, College, Laguna Tel. No. (049) 544-0382 mutya.uplbbac.research@gmail.com /

More information

BIDDING DOCUMENTS REPUBLIC OF THE PHILIPPINES

BIDDING DOCUMENTS REPUBLIC OF THE PHILIPPINES CLARK INTERNATIONAL AIRPORT CORPORATION Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga Telephone Nos. [+6345] 599-2888 Fax Nos. [+6345] 599-2044 http://www.clarkairport.com

More information

Procurement of Influenza and Pneumococcal Polyvalent Vaccines

Procurement of Influenza and Pneumococcal Polyvalent Vaccines PITC PHARMA, INC. PHILIPPINE BIDDING DOCUMENTS Procurement of Influenza and Pneumococcal Polyvalent Vaccines Ref. No. BAC/GOODS/2015-006 Republic of the Philippines 1 TABLE OF CONTENTS Section I. Invitation

More information

VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018 CIVIL SERVICE COMMISSION REGIONAL OFFICE NO.

VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018 CIVIL SERVICE COMMISSION REGIONAL OFFICE NO. BIDDING DOCUMENTS VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018 CIVIL SERVICE COMMISSION REGIONAL OFFICE NO. VIII PALO, LEYTE CSCROVIII-PB-2017-0018 Preface These Philippine

More information

BAC-DOH/GOODS (REBID)

BAC-DOH/GOODS (REBID) PHILIPPINE PHARMA PROCUREMENT, INC VARIOUS ONCOLOGY MEDICINES FOR THE BREAST CANCER AND CHILDHOOD CANCER MEDICINES ACCESS PROGRAMS OF THE DEPARTMENT OF HEALTH BAC-DOH/GOODS 2016-12-003 (REBID) Fourth Edition

More information

Bid Data Sheet. SOUTHERN LEYTE STATE UNIVERSITY Main Campus

Bid Data Sheet. SOUTHERN LEYTE STATE UNIVERSITY Main Campus ITB Clause Bid Data Sheet The Procuring Entity is: SOUTHERN LEYTE STATE UNIVERSITY Main Campus The lot(s) and reference is/are: Supply, Delivery & Installation of Furniture & Fixtures and Other Instructional

More information

THE OMNIBUS POLICY OF THE SUBIC BAY METROPOLITAN AUTHORITY ON THE IMPOSITION OF PERFORMANCE BOND AND ITS APPLICABLE RATES

THE OMNIBUS POLICY OF THE SUBIC BAY METROPOLITAN AUTHORITY ON THE IMPOSITION OF PERFORMANCE BOND AND ITS APPLICABLE RATES THE OMNIBUS POLICY OF THE SUBIC BAY METROPOLITAN AUTHORITY ON THE IMPOSITION OF PERFORMANCE BOND AND ITS APPLICABLE RATES The following are hereby promulgated by the Board of Directors of the Subic Bay

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

Procurement of Influenza and Pneumococcal Polyvalent Vaccines

Procurement of Influenza and Pneumococcal Polyvalent Vaccines PHARMA, INC. PHILIPPINE BIDDING DOCUMENTS Procurement of Influenza and Pneumococcal Polyvalent Vaccines Ref. No. BAC/GOODS/2014-007 Republic of the Philippines 1 TABLE OF CONTENTS Section I. Invitation

More information

Procurement of CONSULTING SERVICES

Procurement of CONSULTING SERVICES PHILIPPINE BIDDING DOCUMENTS Procurement of CONSULTING SERVICES Government of the Republic of the Philippines Project Management Services for the Design and Construction of the UP Mindanao College of Science

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

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

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

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

LEGAL NOTICE - ADVERTISEMENT FOR BID

LEGAL NOTICE - ADVERTISEMENT FOR BID LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All

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

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

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

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

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS City of Thunder Bay Supply Management Division Page 1 of 6 SCOPE The following Standard Terms and Conditions for Tenders,

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

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NAME: PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NUMBER: PODCPF/TENDER/1/2013 SECRETARIAT OFFICE,

More information

DEPARTMENT OF FOREIGN AFFAIRS

DEPARTMENT OF FOREIGN AFFAIRS DEPARTMENT OF FOREIGN AFFAIRS PHILIPPINE CONSULATE GENERAL IN HONOLULU Name of the Project: PROCUREMENT OF SERVICES FOR THE REHABILITATION OF THE FAÇADE OF THE CONSULATE BUILDING Approved Budget for the

More information

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT This Deposit Agreement Guaranteeing Site Plan Improvements with Letter of Credit (the Agreement ) is made and entered into as

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

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT)

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT) TURKANA COUNTY GOVERNMENT OFFICE OF THE COUNTY SECRETARY TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR 2017-2018 (FRAMEWORK AGREEMENT) (RESERVED FOR YOUTH WITH AGPO CERTIFICATE)

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

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

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/ Kenya Literature Bureau Tender Document For Book Binding Glue ------------------------------------------------ TENDER NO: KLB/T/04/2016-2017 CLOSING DATE 12-5-2016 TABLE OF CONTENTS SECTION I INVITATION

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

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF COFFEE SEEDLINGS TENDER NO: CGN/MOALF/A/013/2015-2016 Instruction to Tenderers Agreement Annexes DECEMBER 2015 COUNTY

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

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) SUMMARY PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Time of Completion

More information

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE Tender Document for 2 years Support of Routers and Manageable Switch Cost of the Tender - Rs. 500/- ( Rupees Five Hundred Only ) Invitation for tender

More information

Procurement of Works

Procurement of Works S T A N D A R D B I D D I N G D O C U M E N T S GUYANA POWER AND LIGHT INC Procurement of Works IFB # GPL - PI - 084-2013 Construction of T&D Building at Wakenaam Power Station July 2013 Invitation for

More information

CHEMELIL SUGAR COMPANY LIMITED

CHEMELIL SUGAR COMPANY LIMITED CHEMELIL SUGAR COMPANY LIMITED Tender Document For Disposal of scrap metal FOR THE YEAR 2009/2010 Tender No. CSCL/T2009-2010/11 Table of Contents Page Section A INVITATION FOR TENDER 2 Section B GENERAL

More information

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice. BID INVITATION BUYER / TELEPHONE Michael Etnyre / 717-831-7245 FAX: 717-986-9678 EMAIL : METNYRE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE

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

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

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December

More information

SUMMARY OF PROPOSED OF AMENDMENTS IN THE CORPORATION CODE OF THE PHILIPPINES

SUMMARY OF PROPOSED OF AMENDMENTS IN THE CORPORATION CODE OF THE PHILIPPINES SUMMARY OF PROPOSED OF AMENDMENTS IN THE CORPORATION CODE OF THE PHILIPPINES Existing Provisions of the Corporation Code Section 6. Classification of shares. The shares of stock of stock corporations may

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

CEYLON PETROLEUM STORAGE TERMINALS LIMITED CEYLON PETROLEUM STORAGE TERMINALS LIMITED BIDDING DOCUMENT KPR/15/2018 BID FOR THE SUPPLY OF 15000 NOS BAR SOAP (WEIGHT 650 GRAMS MINIMUM/EACH) MANAGER PROCUREMENT PROCUREMENT FUNCTION CEYLON PETROLEUM

More information

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur Re-Tender for Supply & Installation of Low Current Dual Channel Source Meter at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/EE/2/2015-16/49 NIT Issue Date : 03 November 2015 Last Date of

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

CITY OF RICHMOND PERFORMANCE BOND

CITY OF RICHMOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices

More information

STANDARDBIDDING DOCUMENT

STANDARDBIDDING DOCUMENT STANDARDBIDDING DOCUMENT Procurement of Goods (For value up to Nu. 0.25 million) Royal Government of Bhutan Ministry of Finance March 2011 i Preface This Standard Bidding Document for the Procurement of

More information

Instructions to Bidders Page 1 of 8

Instructions to Bidders Page 1 of 8 Page 1 of 8 1. BIDDING DEFINITIONS Addendum: Written or graphic instruments issued prior to the opening of Proposals that make changes, additions, or deletions to the Bid Documents, or Contract Documents.

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

More information

Landscaping Surety. All Required Materials Shall Meet Minimum Specifications! Types of Surety. Surety Materials to Submit

Landscaping Surety. All Required Materials Shall Meet Minimum Specifications! Types of Surety. Surety Materials to Submit OWENSBORO METROPOLITAN PLANNING COMMISSION Landscaping Surety L2 04/14 Article 17 of the Zoning Ordinance requires landscaping for particular types of development. Refer to OMPC Form L1 or Article 17.

More information

Section IV. General Conditions of Contract

Section IV. General Conditions of Contract Section IV. General Conditions of Contract 1. Definitions 1.1. In this Contract, the following terms shall be interpreted as indicated: (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) The Contract means

More information

Contract Description; Qualifications; Proposal.

Contract Description; Qualifications; Proposal. GENERAL INFORMATION AND SPECIFICATIONS FOR PROSPECTIVE CONTRACTORS SUBMITTING QUALIFICATIONS AND PROPOSALS FOR 2019 CONTRACT FOR POSITION OF BOND COUNSEL I. Invitation to Submit Qualifications and Proposal.

More information

SURIGAO STATE COLLEGE OF TECHNOLOGY Surigao City BIDDING DOCUMENTS Procurement of SUPPLY & DELIVERY OF VARIOUS SCIENCE LABORATORY EQUIPMENT Government of the Republic of the Philippines TABLE OF CONTENTS

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11. TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.00AM TENDER NO. NCA/T/16/2017-2018 TABLE OF CONTENTS PAGE SECTION

More information

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR 721302 Tender Notice No.IIT/CWISS/AVC/T AV/2016/03 Date: 01/02/2017 Notice Inviting Tender for Procurement of Multimedia Projector, NCRC Indian Institute of Technology

More information

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. * BID FORM TO: RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. Pursuant to and in compliance with your Notice Inviting Bids and other documents

More information

MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA. Tender No: MMH/GEN/17/49 JULY, 2017

MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA. Tender No: MMH/GEN/17/49 JULY, 2017 MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA Tender No: MMH/GEN/17/49 Closing Date: 14 th July 2017 JULY, 2017 1 Table of Contents Section I INVITATION

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF AGRICULTURE, LIVESTOCK AND FISHERIES. P.O BOX 701, OL KALOU.

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF AGRICULTURE, LIVESTOCK AND FISHERIES. P.O BOX 701, OL KALOU. REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF AGRICULTURE, LIVESTOCK AND FISHERIES. P.O BOX 701, 20103 OL KALOU. SUPPLY AND DELIVERY OF FINGERLINGS AND FISH FEEDS. Restricted Procurement.

More information

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Authority Grants Coordinator 2019 February

More information

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED Policy 4-5 Rev. 7 Date: March 5, 2002 Back to Index Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS I. II. III. IV. PURPOSE To establish procedures for the solicitation

More information

FEDERATED NATIONAL HOLDING COMPANY (Exact name of registrant as specified in its charter)

FEDERATED NATIONAL HOLDING COMPANY (Exact name of registrant as specified in its charter) (State or other jurisdiction of incorporation) UNITED STATES SECURITIES AND EXCHANGE COMMISSION WASHINGTON, D.C. 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 or 15(d) of the Securities Exchange

More information

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,

More information

CITY OF HOPKINSVILLE

CITY OF HOPKINSVILLE CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: WINDOW TINT TREATMENT FILM FOR CITY OF HOPKINSVILLE POLICE HEADQUARTERS

More information

Consulate General of the Republic of the Philippines San Francisco

Consulate General of the Republic of the Philippines San Francisco RULES FOR THE ACCREDITATION OF NOTARIES PUBLIC Philippine Consulate General in A. GUIDING PRINCIPLES 1. Promote, serve, and protect public interest; 2. Clarify and modernize the rules governing the accreditation

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

CEYLON PETROLEUM STORAGE TERMINALS LIMITED CEYLON PETROLEUM STORAGE TERMINALS LIMITED BIDDING DOCUMENT KPR/15B/2018 BID FOR THE SUPPLY OF 28,500 NOS BAR SOAP (UNWRAP, WEIGHT 650 GRAMS MINIMUM/EACH) MANAGER PROCUREMENT PROCUREMENT FUNCTION CEYLON

More information

BANTAY ESKUWELA PUBLIC BIDDING CHECKLIST

BANTAY ESKUWELA PUBLIC BIDDING CHECKLIST BANTAY ESKUWELA PUBLIC BIDDING CHECKLIST for Infrastructure Projects Bantay Eskuwela Volunteer Monitoring Toolkit Copyright 2011 by Procurement Watch, Inc. (PWI) No part of this toolkit may be reproduced

More information

Contract Description; Qualifications; Proposal.

Contract Description; Qualifications; Proposal. GENERAL INFORMATION AND SPECIFICATIONS FOR PROSPECTIVE CONTRACTORS SUBMITTING QUALIFICATIONS AND PROPOSALS FOR 2018 CONTRACT FOR POSITION OF CITY SOLICITOR I. Invitation to Submit Qualifications and Proposal.

More information

Contract Description; Qualifications; Proposal.

Contract Description; Qualifications; Proposal. GENERAL INFORMATION AND SPECIFICATIONS FOR PROSPECTIVE CONTRACTORS SUBMITTING QUALIFICATIONS AND PROPOSALS FOR 2019 CONTRACT FOR POSITION OF MUNICIPAL PUBLIC DEFENDER I. Invitation to Submit Qualifications

More information

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN)

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN) DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN) DeKUT/OT/011/2016-2017 MAY 2016 TABLE OF CONTENTS Contents

More information

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT This Deposit Agreement for Maintenance of Site Plan Improvements with Letter of Credit (the Agreement ) is made and entered

More information

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur Tender for Supply & Installation of Portable Dissolved Oxygen Meter at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BIO/RD/1/1(I)/2015-16/8 NIT Issue Date : 29 April 2015 Last Date of Submission

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

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491) ITI LIMITED Phone: (0491)2566010(4 Lines) Palakkad Plant, Kanjikode West PALAKKAD 678 623 (0491) 2511330 KERALA -INDIA E-Mail : pur1_pkd@itiltd.co.in ---------------------------------------------------------------------------------------------------------------------------

More information

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi - 74700 Phones: Fax: 99260211 99260212 99260213 99260203 99260208 Bidding Document Printing Of Examination Sensitive Material

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE Book No. BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS

More information

Old Dominion Freight Line, Inc.

Old Dominion Freight Line, Inc. UNITED STATES SECURITIES AND EXCHANGE COMMISSION WASHINGTON, D.C. 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 or 15(d) of the Securities Exchange Act of 1934 Date of Report (Date of Earliest Event

More information

TENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT)

TENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT) TENDER NO. TCG/F&P/14/2017-2018 FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT) OCTOBER 2017 SECTION I INVITATION TO TENDER Monday, 23 th OCTOBER 2017 TENDER NO:TCG/F&P/14/2017-2018

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).

More information

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur Tender for Supply & Installation of the Xenon-Arc Lamp at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/ENERGY/2/1(I)/2014-15/54 NIT Issue Date : 03 November 2014 Last Date of Submission :

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and EXHIBIT WARRANTY BOND ITEMS MDX PROCUREMENT/CONTRACT NO.: Bond No.: KNOW ALL PERSONS BY THESE PRESENTS: That we, (Name) of (Address), hereinafter called Principal, and (Name) of (Address), hereinafter

More information

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly BANK OF BARODA Regional Office 129-D, Civil Lines Bareilly TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION LAST DATE OF SUBMISSION : 08.01.2014 TECHNICAL

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

COVER SHEET S E M I R A R A M I N I N G C O R P O R A T I O N. (Company s Full Name) 2 n d F l o o r D M C I P L A Z A B U I L D I N G

COVER SHEET S E M I R A R A M I N I N G C O R P O R A T I O N. (Company s Full Name) 2 n d F l o o r D M C I P L A Z A B U I L D I N G COVER SHEET 0 0 0 0 0 0 0 9 1 4 4 7 SEC Registration Number S E M I R A R A M I N I N G C O R P O R A T I O N (Company s Full Name) 2 n d F l o o r D M C I P L A Z A B U I L D I N G 2 2 8 1 P A S O N G

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE: 6/12/14 ORIGINATING DEPT NO.: UPON REQUEST 1901 EZRA TRICE BLVD MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority will be accepting proposals on the

More information

ARTICLES OF COOPERATION

ARTICLES OF COOPERATION Page 1 of 5 BOA Res No. 365, S-2011 dated 14Nov2011 ARTICLES OF COOPERATION KNOW ALL MEN BY THESE PRESENTS: We, the undersigned Filipino citizens, of legal age and residents of the Philippines, have voluntarily

More information

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME] FOR THE CONSTRUCTION OF [INSERT PROJECT NAME] NAME OF BIDDER: ADDRESS: DATE: TELEPHONE NO. ( ) Bids will be opened at: p.m. on, 20 at the Office of the Oakland County TO: Jim Nash Oakland County Water

More information

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: info@centralbank.go.ke TENDER FOR PROCUREMENT OF E-LEARNING

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

Outdated as of 10/8/13

Outdated as of 10/8/13 Home > Administration > Policy 3-101: Solicitation of Bids, Proposals and the Award of Procurement Contracts Policy 3-101: Solicitation of Bids, Proposals and the Award of Procurement Contracts I. Purpose

More information