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

Size: px
Start display at page:

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

Transcription

1 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 , Priority Axis 2. R&D Infrastructure, Measure 2.2. Support for development of research infrastructure of scientific entities SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF PUBLIC PROCUREMENT hereinafter referred to as the SETCPP 1) Name (company) and address of the Contracting Authority. 1. The Jagiellonian University, ul. Gołębia 24, Kraków. 2. Unit assigned to tender process: 2.1.Biuro Zamówień Publicznych (Public Procurement Office of the Jagiellonian University), ul. Straszewskiego 25/9, Kraków; Tel: ; Fax: ; Website: 2) Contract award procedure. 1. This is an open tender procedure conducted pursuant to the Act of 29 January 2004 on public procurement law, hereinafter referred to as the PPL Act (Dz. U. of 2004, No. 19, item 177 as amended; consolidated text: Dz. U. of 2007, No. 223, item 1655 and of 2008, No. 171, item 1058 as amended), taking into account the amendments introduced by the Act of 5 November 2009 on amendments to the Act on public procurement law and by the Act on court fees in civil cases (Dz. U. of 2009, No. 206, item 1591) as well as by the Act of 2 December 2009 on amendments to the Act on public procurement law and to selected other acts (Dz. U. of 2009, No. 223, item 1778). 2. The contract award procedure will be prepared and conducted by a duly appointed tender board. 3. To actions undertaken by the Contracting Authority and contractors with respect to the contract award procedure the provisions of the aforementioned Act on public procurement law and secondary legislation made under it shall apply. To all matters not settled therein the provisions of the Act of 23 April 1964 Civil Code (Dz. U. No. 16, item 93, as amended) shall apply. 3) Purpose of procurement. 1. The purpose of this procurement is to select a contractor to purchase and deliver Isotope Xe 129 (40 litres of Xe gas) with technical specifications indicated in Annex A to SETCPP, for the National Laboratory for Quantum Technologies (NLQT) project run by the Jagiellonian University. 1

2 2. The procurement is a project co-financed by the European Union, within the European Regional Development Fund, Innovative Economy Operational Programme for the years , Priority Axis 2. R&D Infrastructure, Measure 2.2. Support for development of research infrastructure of scientific entities (POIG /08). The purpose of public procurement was entered as item 77 in the schedule of works and expenditures of the project. 3. The detailed information on the rules governing the European Regional Development Fund, granting and spending funds, and promotional principles are to be found on the following website: GIONALNEGO/ 4. The Contracting Authority does not allow for partial bids. 5. A detailed description of the purpose of procurement, the technical specifications and CPV code have been included in Annex A to this SETCPP. 6. General conditions for participation in the procedure: a. The contractor s bid must comply with the requirements specified in the SETCPP by the Contracting Authority, proof of which should be submitted as detailed technical and / or operational descriptions (brochures, prospectuses, manufacturer s portfolios, etc., in Polish or in English) attached to the bid, allowing for an adequate verification of the offered devices with respect to the requirements of the Contracting Authority; b. The contractor must ensure that the offered devices are brand new, and that their purchase and operation in accordance with the intended purpose are not in breach of the law, including the rights of third parties; c. The contractor must possess and present upon request of the Contracting Authority the gas and container certificates proving their cleanliness and suitability for medical uses; d. The contractor must ensure the contract is performed within the time limit specified in Article 4) of the SETCPP. The delivery site will be the city of Krakow. The address of the premises of the recipient and user of the devices supplied under the contract: NLTK, Zakład Optyki Atomowej, Instytut Fizyki Uniwersytetu Jagiellońskiego, ul. Reymonta 4, Kraków; e. The contractor must offer a payment deadline that complies with the provisions of Article 4 section 2 of the contract template attached hereto. The Contracting Authority does not envisage any prepayments or advances to perform the contract. 7. The original of the SETCPP, signed by duly authorized representatives of the Contracting Authority, constitutes the basis for resolving possible disputes related to this document. It is available in paper form at the Contracting Authority s, published on the websites and may be sent to contractors free of charge in electronic form ( ). Moreover, where 2

3 requested by contractors, the Contracting Authority may also copy the SETCPP and send it in paper form against payment the SETCPP is free of charge, but the contractor should cover the dispatch cost. 4) Contract delivery date. 1. The contract must be delivered within 8 weeks (56 days) of contract award, meaning the date on which the contract is signed. 5) Conditions for participation in the procedure, both subjective (formal requirements, economic, financial and technical capacity) and objective, and description of the method of assessment of compliance with those conditions. 1. To be eligible to participate in the contract award procedure, the contractor must meet the requirements for participation in the procedure, specified in this SETCPP, and pursuant to Article 22 of the PPL Act, meet the requirements concerning: 1.1 the legal powers to undertake a specific business or action, if required by the law; The assessment of compliance with this condition will be performed by the yes / no method (does / does not meet the requirement), based on a declaration enclosed in the bid, the template of which has been attached as Annex No. 1 to the Bid Form which constitutes an integral part of the SETCPP. 1.2 the expertise and experience necessary to perform the contract; The assessment of compliance with this condition will be performed by the yes / no method (does / does not meet the requirement), based on a declaration enclosed in the bid, the template of which has been attached as Annex No. 1 to the Bid Form which constitutes an integral part of the SETCPP. 1.3 the adequate technical capacity and personnel capable of performing the contract; The assessment of compliance with this condition will be performed by the yes / no method (does / does not meet the requirement), based on a declaration enclosed in the bid, the template of which has been attached as Annex No. 1 to the Bid Form which constitutes an integral part of the SETCPP. 1.4 the economic and financial capacities to perform the contract; The assessment of compliance with this condition will be performed by the yes / no method (does / does not meet the requirement), based on a declaration enclosed in the bid, the template of which has been attached as Annex No. 1 to the Bid Form which constitutes an integral part of the SETCPP. 6) Information on declarations and documents to be submitted by contractors in order to confirm that the requirements for participation in the procedure have been met and there are no grounds for exclusion from the procedure as described in Article 24 section 1 of the PPL Act. 1. In order to confirm that the subjective conditions have been met, the contractor must enclose the following documents: 1.1 the contractor s declaration that the conditions referred to in Article 22 of the PPL Act have been met, submitted on a template attached as Annex No. 1 to the Bid Form; 3

4 1.2 the contractor relying on the expertise and experience, technical capacity, personnel capable of performing the contract or financial capacity of other entities, regardless of the legal nature of the relationship with them, is obliged to prove to the Contracting Authority that it will be in possession of the resources necessary to perform the contract, in particular by presenting a written declaration of those entities (performing part of the contract as subcontractors) in which they undertake to supply the Contractor with the necessary resources for the time of their usage to perform the contract. 2. In order to confirm that there are no grounds for exclusion of the contractor from the contract award procedure under circumstances referred to in Article 24 section 1 of the PPL Act, the contractor must enclose the following documents: 2.1 the contractor s declaration that there are no grounds for exclusion (submitted together with the declaration referred to in sub-article 6) 1.1 hereof); in case the bid is submitted by several entities, this requirement applies to each one of them; 2.2 if the contractor proving the compliance with the requirements referred to in Article 22 section 1 of the PPL Act relies on the resources of other entities in ways specified in Article 26 section 2b of the PPL Act, and those entities perform part of the contract (as subcontractors), the Contracting Authority will require the contractor to present the documents mentioned in sub-article 6) 2.1 of the SETCPP with respect to those entities. 3. Moreover, the bid must include the following documents and declarations: 3.1 a completed and signed Bid Form with annexes (filled in and completed or prepared in accordance with their content), containing some of the declarations confirming that the conditions specified herein have been met. Optionally, the contractor may attach the contents of the approved and signed contract template; 3.2 a detailed price calculation indicating both unit and total net price, the value(s) and amount(s) of the due VAT, as well as the unit and total gross value(s), calculated while taking into account the requirements and provisions of Article 12 of the SETCPP and annexes, including the contractor s professional experience; 3.3 the original(s) of the power(s) of attorney, a notarized copy or copy certified as conforming to the original by the persons granting the power of attorney, if the bid is to be signed by a proxy (required particularly when the bid is submitted by entities acting jointly [a consortium], and the bid is not signed by all members of the consortium); 3.5 the contractor s declaration that it is in possession of the gas and container certificates proving their cleanliness and suitability for medical uses and may present them upon request of the Contracting Authority; 4

5 3.6 in case the contractor envisages the employment of subcontractors, the bid must include an index with the scope of their duties (parts of the contract). 4. If, instead of one of the documents referred to in Article 6) (except for sub-article 6) 3.3) of the SETCPP, the contractor submits a copy, it shall certify that the copy conforms to the original. Each page of the document submitted as a copy must be confirmed as a true copy of the original. The Contracting Authority may request presentation of originals or notarized copies of documents only if the presented photocopies are illegible or raise doubts concerning their authenticity. A. If the contractors fail to submit declarations or documents of subjective or objective nature confirming that they have met the requirements for participation in the procedure within the indicated time limit, fail to submit powers of attorney, submit declarations and documents containing errors or submit faulty powers of attorney, the Contracting Authority will call them to submit the aforementioned documents within the set time limit, unless the contractor s bid is subject to rejection despite their timely submission or it is necessary to cancel the procedure. B. The declarations and documents submitted upon call of the Contracting Authority should confirm that the contractor meets the requirements for participation in the procedure and the offered devices meet the requirements specified by the Contracting Authority, no later than on the date on which the time limit for submitting bids elapses. 7) Information on methods of communication between the Contracting Authority and contractors, methods of submitting declarations and documents, and persons authorized to contact contractors. 1. It is allowed to communicate by registered mail, fax or electronic mail with a written return receipt in the form of e.g. a registered letter, however, the bid together with the required documents and declarations must be submitted in the form of a written original before the deadline referred to in Article 11) of the SETCPP. Address and contact person Małgorzata Jasek ul. Straszewskiego 25/9, Kraków; Tel: ; m.jasek@uj.edu.pl Fax: ; 2. Should the Contracting Authority or a contractor send any documents or piece of information by fax or , each party should promptly acknowledge the receipt thereof upon request of the other party and send the aforementioned documents or piece of information in a written form of e.g. a registered letter. 3. Before the deadline for submitting bids, a contractor may turn to the Contracting Authority in writing to clarify the contents of the SETCPP and / or submit questions. 4. The Contracting Authority is obliged to provide explanation immediately, no later than: days before the deadline for submitting bids where the procurement value is lower than the amounts specified in provisions issued on the basis of Article 11 section 8 of the PPL Act; 5

6 - on condition that the request to clarify the contents of the Specification of Essential Terms and Conditions of Public Procurement is submitted with the Contracting Authority no later than until the end of the date on which half of the time limit for submitting bids elapses. Should the request to clarify the contents of the SETCPP be received after the deadline for submitting requests or should it concern clarification that has already been provided, the Contracting Authority may provide clarification or leave the request without consideration. An extension of the time limit for submitting bids will not affect the running of the time limit for submitting requests. 5. The Contracting Authority will simultaneously pass the clarification to all the contractors who have received the SETCPP without disclosing the source of the inquiry, and if the Specification of Essential Terms and Conditions of Public Procurement is available on the website, the clarification will also be published there ( 6. The Contracting Authority may call a meeting of all the contractors in order to clarify doubts related to the content of the SETCPP. In this event, the Contracting Authority will prepare an information sheet comprising all inquiries concerning the clarification of the SETCPP, submitted at the meeting, as well as the answers thereto, without disclosing the sources thereof. The information sheet prepared during the meeting will be promptly sent to the contractors who have received the SETCPP and if the SETCPP is available on the website, it will also be published there. 7. In justified cases, the Contracting Authority may modify the contents of the SETCPP before the deadline for submitting bids. All the contractors who have received the SETCPP should be promptly notified of such a modification, and if the SETCPP is available on the website, it will also be published there. 7.1 If in the open procedure an amendment to the contents of the SETCPP leads to an amendment of a contract notice, the Contracting Authority should: publish a notification on the amendment to the contract notice in the Public Procurement Bulletin where the procurement value is lower than the amounts specified in provisions issued on the basis of Article 11 section 8 of the PPL Act ( EU thresholds ); provide the Office for Official Publications of the European Communities with an electronic notification on additional information, information on incomplete tender process or clarification, in accordance with the form and procedure specified on the website, in the directive where the procurement value equals or exceeds the amounts specified in provisions issued on the basis of Article 11 section 8 of the PPL Act. 7.2 Subject to the exceptions provided for by the law, it is unacceptable to modify the contents of the SETCPP after the deadline for submitting requests to participate in a restricted procedure and in a negotiated procedure with prior 6

7 publication of a contract notice that lead to the amendment to the contract notice. 7.3 Should it prove necessary, as a consequence of the amendment to the SETCPP that does not lead to an amendment to the contract notice, to add an additional period of time to introduce changes to bids, the Contracting Authority should extend the time limit for submitting bids, notify the contractors who have received the SETCPP, and if the SETCPP is available on the website, also publish the notification there. 7.4 All the contractors who have received the SETCPP should be promptly notified of an extension of the lime limit for submitting bids. The Contracting Authority will also publish the notification on the website where the SETCPP is made available. 7.5 In case there are amendments to the contract notice featured in the Public Procurement Bulletin or published in the Official Journal of the European Union, the Contracting Authority will extend the time limit for submitting requests to participate in the procedure or the deadline for submitting bids by a period necessary to introduce changes in requests or bids, should it prove necessary. Nevertheless, if the amendment is essential, concerning in particular the purpose, value or scope of the procurement, bid evaluation criteria, requirements for tenderers or methods of assessment of compliance with the requirements, the Contracting Authority will extend the time limit for submitting requests to participate in the procedure or the deadline for submitting bids by a period of time necessary to introduce changes in requests or bids, however, in a process with a value equal to or exceeding the amounts specified in provisions issued on the basis of Article 11 section 8 of the PPL Act, the time limit for submitting: bids will be no shorter than 22 days of the date on which the amendment to the notice is submitted to the Office for Official Publications of the European Communities in an open procedure; requests to participate in the procedure will be no shorter than 30 days, and should an urgent need of contract award arise than 10 days of the date on which the amendment to the notice is submitted to the Office for Official Publications of the European Communities in a restricted procedure or in a negotiated procedure with prior publication of a contract notice. 7.6 Immediately upon publishing an amendment to the contract notice in the Public Procurement Bulletin or submitting it to the Office for Official Publications of the European Communities, the Contracting Authority will place the notification thereof at its premises and on the website. 8) Requirements concerning bid bond. 1. The Contracting Authority does not envisage the necessity for a bid bond. 7

8 9) Bid validity period. 1. The bid validity period is 30 days. 2. The contractor may, individually or on request of the Contracting Authority, extend the bid validity period, however the Contracting Authority may only once and no later than 3 days prior to the expiry of the bid validity period, ask the contractors for consent to an extension of this period by a definite period of time no longer than 60 days. 3. The bid validity period commences upon the deadline for submitting bids and opening of the bids. 10) Preparation of bids. 1. Each contractor may submit only one bid for the performance of the entire contract. 2. The bid should include a price for the performance of the entire contract, calculated subject to Article 12) of the SETCPP. 3. It is allowed that one bid is submitted by two or more entities, provided that such a joint bid complies with the following requirements: 3.1 the contractors acting jointly (a consortium) may appoint one of them as a proxy who represents the others in the procedure and is entitled to conclude a public procurement contract, and their authorization must be documented by a power of attorney signed by duly authorized representatives of all other contractors. 4. The bid and all the annexes thereto constituting its integral part must be prepared by the contractor in accordance with the provisions of the SETCPP. 5. The bid and all the annexes thereto constituting its integral part must be prepared in accordance with the contents of the Bid Form and annexes thereto, enclosed in this SETCPP. 6. The bid must include a complete set of documents and declarations as well as all information required pursuant to this SETCPP. 7. The bid must be in Polish or in English language, typed on a computer, typewritten or legibly handwritten. The technical and / or operational descriptions (brochures, prospectuses, manufacturer s portfolios, etc.) concerning the offer must be enclosed in Polish or in English. 8. It is recommended that each side of each sheet of the bid and annexes thereto be signed by a person (persons) duly authorized to make declarations of will for and on behalf of the contractor. A company stamp and name stamp of the contractor or a legible signature should also be placed at least on the Bid Form and annexes (declarations) thereto. The following persons are deemed to be legally authorized to make declarations of will for and on behalf of the contractors: 8.1 persons entered in commercial registers, registers of cooperatives, state-owned enterprises, foundations, associations, etc., kept by courts; 8.2 persons named in certificates of entry into business registers; 8

9 8.3 holders of adequate powers of attorney granted by the persons referred to above; in case the bid is signed by a proxy, the power of attorney must be attached thereto; 8.4 in case the bid is submitted by several contractors (a consortium), and is not signed by all partners or members of the consortium, the contractor is obliged to attach relevant powers of attorney granted by other partners or members of the consortium; 8.5 in case the registered office of a contractor is situated abroad, the persons deemed as authorized are those entered in documents issued by the state where the registered office or permanent residency of the contractor is established. 9. It is recommended that all sheets of the bid and annexes thereto be clearly numbered and bound together so as to prevent single sheets from slipping out. The contractor should also prepare and attach a table of contents of the bid. 10. Any correction or change to the wording of the bid must be signed by a person (persons) who signs (sign) the bid and bear a date. 11. All costs related to preparing and submitting the bid must be covered by the contractor. 11) Address, deadline for submitting bids and bid opening date. 1. All bids should be submitted to Biuro Zamówień Publicznych UJ (Public Procurement Office of the Jagiellonian University), ul. Straszewskiego 25/9, Kraków, IV p. (4th floor), until 10:00 am on 10 August Any bid received after the deadline for submitting bids will be returned unopened to the tenderer. 3. The contractor should place the bid in an envelope addressed to the Contracting Authority at the address specified in sub-article 11) 1 of the SETCPP, sign it in the following way: Bid for the purchase and delivery of Isotope XE 129 (40 litres of Xe gas) for the NLQT project; do not open before 10 August 2010, 10:05 am, and affix the contractor s address stamp. 4. The contractor may modify or withdraw its bid once it is submitted, provided that the Contracting Authority receives a written notification of the modification or withdrawal prior to the deadline for submitting bids. 5. The contractor may not withdraw or modify the bid after the deadline for submitting bids. 6. The opening of bids is open and will take place on 10 August 2010 at 10:05 am at Biuro Zamówień Publicznych UJ (Public Procurement Office of the Jagiellonian University), ul. Straszewskiego 25/9, Kraków, IV p. (4th floor). 7. Immediately before the opening of bids, the Contracting Authority will announce the total funds it is planning to use to finance the public procurement. 8. During the opening of bids, the Contracting Authority will announce the names (companies) and addresses of contractors, as well as the information concerning the price, deadline for contract performance and terms of payment in particular bids. 9

10 9. The information referred to in sub-articles 11) 7 and 8 will be promptly made available to the contractors who are absent at the opening of bids, upon their requests. 10. Whilst examining and evaluating the bids, the Contracting Authority may request clarifications concerning the contents of the submitted bids from the contractors. 11. The Contracting Authority will correct any obvious misprints and computational errors in the bids, taking into account the computational consequences of introduced corrections as well as other mistakes consisting in discrepancies with the SETCPP and not causing any essential changes to the contents of the bid, and will promptly notify the contractor whose bid is corrected of the fact. 12. The Contracting Authority will exclude the contractor should any of the circumstances provided for in Article 24 section 1 and 2 of the PPL Act occur. 13. The Contracting Authority will reject the bid should any of the circumstances provided for in Article 89 section 1 (1 8) of the PPL Act occur. 14. The Contracting Authority will cancel the contract award procedure should any of the circumstances provided for in Article 93 section 1 (1 7) of the PPL Act occur. 15. The Contracting Authority will simultaneously notify all the contractors of the exclusion of contractors, bid rejection, contract award procedure cancellation or of selection of the most advantageous bid, always specifying the factual and legal grounds for its decision. 16. Immediately upon the selection of the most advantageous bid, the Contracting Authority should place the information referred to in sub-articles 11) 14 and 15 hereof on the website and in a publicly accessible place on its premises. 12) Price calculation method. 1. The contractor must present a price for the performance of the entire contract expressed in PLN, EUR or USD, indicating both unit and total net price, the value(s) and amount(s) of the due VAT, as well as the unit and total gross value(s), in the form of individual price calculation taking into account the requirements and provisions of this SETCPP and annexes hereto, including the contractor s professional experience and all costs related to contract performance (including the delivery cost), taxes, rebates and discounts, etc. that the contractor intends to grant. 2. The total price resulting from the contractor s individual calculation should be equal to the price named by the contractor in the Bid Form for the performance of the entire contract. 3. The Contracting Authority does not envisage any prepayments or advances to perform the contract. The payment will be effected in accordance with Article 4 section 2 of the contract template and with the contractor s bid. 4. The Contracting Authority does not envisage bid price indexation. The calculated price will be the price for the performance of the entire contract. 5. In case the offered devices are subject to other VAT rate than 22 per cent, the contractor should submit relevant documentation and certificates confirming the legality of such a solution together with the bid. 10

11 6. In case the bid is submitted by a contractor who is not obliged to pay VAT or is exempt from it, the Contracting Authority, while comparing bids, will add the amount of the relevant tax to the price of the devices offered by the aforementioned contractor. In such an event the tax will be covered by the Contracting Authority. 7. In case the bid is submitted in currency other than PLN, while comparing the bids, the Contracting Authority will convert the bid price according to an average exchange rate of the National Bank of Poland as of the date of the opening of bids. 13) Criteria to be followed by the Contracting Authority while selecting the most advantageous bid, the weightings of those criteria and bid evaluation method. 1. The Contracting Authority will select the most advantageous bid from among the bids submitted in the procedure (meaning contractors who have not been excluded and bids that have not been rejected), based on the evaluation criteria described in the SETCPP: 2. Bid evaluation criteria and their weightings: 2.1 Gross price for the performance of the contract 100%; 3. Points awarded for the criterion gross price for the performance of the contract will be calculated according to the following formula: C = (C naj : C o ) x 10 where C the number of points awarded to a given bid; C naj the lowest price among the valid bids; C o the price named by the contractor whose score is being calculated. The maximum number of points to be awarded to the contractor for this criterion by each member of the tender board is Once the bid is evaluated, the points awarded by each member of the tender board will be summed up and then multiplied by the weighting of the criterion. 5. The number of points obtained in this way for the criterion will constitute the final score of a given bid. 6. All scores will be calculated to two decimal places. 7. The bid with the highest number of points will be deemed as the most advantageous. 14) Information on formalities to be completed once the bid is selected in order to conclude a public procurement contract. 1. Where the procurement value is lower than the amounts specified in provisions issued on the basis of Article 11 section 8 of the PPL Act, the Contracting Authority should conclude a public procurement contract no earlier than within 5 days of the date on which the notification of selecting the most advantageous bid is sent, if the aforementioned notification is sent by fax or , and within 10 days if sent by other means. 2. The Contracting Authority may conclude a public procurement contract before the deadline referred to in sub-article 14) 1 hereof if the circumstances specified in Article 94 section 2 of the PPL Act occur, and particularly if only one bid was submitted in the open procedure. 11

12 3. If the Contractor whose bid was selected evades signing the public procurement contract, the Contracting Authority may select the most advantageous of the remaining bids without their re-evaluation, unless the circumstances referred to in Article 93 section 1 of the PPL Act occur. 4. Prior to the contract being signed the Contractor should submit upon request of the Contracting Authority: 1.1 a valid copy of a document confirming that the Contractor is entitled to participate in legal transactions, namely an excerpt from a relevant register or a certificate of entry into the business register, unless such a document has already been submitted with the bid (in case the bid is submitted by several entities acting jointly, this requirement applies to each one of them). 15) Requirements concerning due performance bond. 1. The Contracting Authority does not envisage the necessity for the bond for the due performance of the contract. 16) Contract (Template). 12

13 CONTRACT (TEMPLATE) NO. CRZP/UJ/382/2010 concluded on in Krakow by and between: The Jagiellonian University with a registered office in Krakow, ul. Gołębia 24, represented by: 1. NLTK Project Coordinator prof. dr hab. Jarosław Koperski, 2. The Bursar / Deputy Bursar (Accounting Officer) of the Jagiellonian University..., hereinafter referred to as the Contracting Authority, of the first part and... company with a registered office in..., postcode:..., at..., entered in the... under number..., tax identification number [Polish: NIP]:..., national business registry number [Polish: REGON]:..., represented by: 1...., hereinafter referred to as the Contractor, of the other part. As a result of an open tender procedure conducted pursuant to Article 39 of the Act of 29 January 2004 on public procurement law (Dz. U. of 2004, No. 19, item 177 as amended; consolidated text: Dz. U. of 2007, No. 223, item 1655 and of 2008, No. 171, item 1058 as amended), the following contract has been concluded: 1 1. The subject matter of the contract is the purchase and delivery of Isotope Xe 129 (40 litres of Xe gas) with technical specifications described in the Contractor s bid of... for the National Laboratory for Quantum Technologies (NLQT) project run by the Jagiellonian University. 2. The subject matter of the contract shall be delivered to the premises of the recipient and user of the Device: NLTK, Zakład Optyki Atomowej, Instytut Fizyki UJ, ul. Reymonta 4, Kraków. The person responsible for the acceptance and supervision on behalf of the Contracting Authority shall be dr Tadeusz Pałasz (Tel: ) or other person indicated by the Contracting Authority to the Contractor in writing. 3. The subject matter of the contract is part of a project co-financed by the European Union within the European Regional Development Fund, Innovative Economy Operational Programme for the years , Priority Axis 2. R&D Infrastructure, Measure 2.2. Support for development of research infrastructure of scientific entities (POIG /08 the subject matter of the contract was entered as item 77 in the schedule of works and expenditures of the project). 4. The Contracting Authority commissions and the Contractor undertakes to perform all necessary activities to deliver the contract with relation to the subject matter specified in section 1. 13

14 5. The Contractor declares that it is in possession of the gas and container certificates proving their cleanliness and suitability for medical uses and may present them to the Contracting Authority upon request. 6. The tender documentation, particularly the SETCPP with annexes thereto and the Contractor s bid, shall be an integral part of this contract. 7. The Contractor undertakes to deliver the contract no later than... weeks ( days) of the contract award date, meaning the date on which the contract is signed The Contractor declares that it has adequate expertise, experience and resources to perform the contract. 2. The Contractor declares that it is insured against civil liability within the scope of the conducted business and is in possession of a valid civil liability insurance policy The amount of the Contractor s remuneration for contract performance shall be calculated on the basis of the Contractor s bid. 2. The remuneration for contract performance shall be net... (in words:..., 00/100) 1, plus VAT (...%) which amounts to the gross remuneration of.... (in words:..., 00/100). 3. In case the Contractor is registered outside of the Republic of Poland, the output 22% VAT of the contractual price shall be paid by the Contracting Authority to the bank account of the relevant tax office. 4. The Contracting Authority is a VAT payer and its NIP (tax identification number) is PL The Contractor is a VAT payer and its NIP (tax identification number) is The Contractor shall receive the remuneration specified in Article 3 hereof once the contract is delivered, which shall be confirmed by acceptance protocol and submitting an invoice at the premises of the recipient and user of the Device NLTK, Zakład Optyki Atomowej, Instytut Fizyki UJ, ul. Reymonta 4, Kraków. The invoice shall be issued and delivered no later than on the date on which the public procurement is delivered. 2. The invoice for the performed and delivered contract shall be paid within 30 days of the date on which the subject matter of the contract is accepted without reservation, which shall be confirmed by acceptance protocol and submitting a VAT invoice at the premises indicated in section 1 of this Article. 3. The remuneration that is due to the Contractor shall be transferred from the Contracting Authority`s bank account to the Contractor`s bank account indicated in the invoice. 1 PLN, EUR or USD, depending on the currency of the bid 14

15 5 1. The Contractor undertakes to perform the contract with no defects or faults. 6 The Parties reserve the right to contractual penalties for failure to comply with the present contract or inadequate fulfilment of the obligations hereunder The Contractor shall pay the Contracting Authority a contractual penalty in the following cases: a) withdrawing from or terminating the contract owing to circumstances not attributable to the Contracting Authority amounting to 10 per cent of the gross value of the unfulfilled part of the contract; b) failing to perform the contract in a timely fashion 0.5 per cent of the gross value of the procurement for each day of delay; c) failing to remove the defects of the subject matter of the contract 0.5 per cent of the gross value of the procurement for each day of delay, counting from the date following the deadline for defect removal agreed on by the Parties. 2. The Contracting Authority reserves the right to deduct possible contractual penalties from the due invoice Both the Contracting Authority and the Contractor may withdraw from the contract with immediate effect or terminate the contract with seven days notice where one of the Parties commits a fundamental breach of the provisions of the contract, causing the loss of substantial benefits that the Parties shall achieve due to the contract. 2. The Contracting Authority may withdraw from the contract in the following circumstances: a) the initiation of bankruptcy proceedings against the Contractor; b) the initiation of liquidation proceedings against the Contractor. c) the Contractor performs the contract in a faulty fashion, delivers faulty elements and fails to observe the instructions from the Contracting Authority concerning the corrections and changes to the methods of work within the deadline set by the Contracting Authority. 3. In case the Parties withdraw from the Contract or terminate it due to reasons attributable to one of the Parties, the Party at fault shall be obliged to pay a contractual penalty amounting to 10% of the gross contractual remuneration, Article 7 section 1 (a) hereof notwithstanding. 4. If the penalty does not cover the loss suffered, the Parties may claim additional compensation. 5. The claim for contractual penalties shall become due from the date on which the grounds for contractual penalties specified herein occur. 6. The Contractor shall not be entitled to compensation if the Contracting Authority withdraws from the contract due to the Contractor s fault. 15

16 7. In case of withdrawal from the Contract or termination thereof, the Parties shall retain the right to contractual penalties The Contracting Authority envisages the possibility for amendments to the concluded contract with respect to the contents of the bid submitted for the procedure, while retaining the price, in the following matters: a. a change to the deadline of public procurement due to reasons attributable to the Contracting Authority, related in particular to improper preparation / hand-over of the site of works / delivery, as well as due to other reasons beyond the control of the Parties, caused by the so-called force majeure (fire, flood, etc.); b. an improvement of quality or other parameters characteristic for a given element covered by the subject matter of the contract, changing the technology to an equivalent or better one, increasing the efficiency of the devices and safety in case of ceasing the supply or ending the production of the delivered product or its elements; c. an update of the applied project solutions due to the technological progress or change to applicable regulations; d. a replacement of key personnel members of the Contracting Authority or Contractor (persons authorized to represent the Parties in matters related to the delivery of the public procurement) due to fortuitous events, health or other reasons; e. a replacement of a subcontractor (if envisaged for the performance of the contract) due to fortuitous events or other reasons beneficial for the Contracting Authority; f. a change to the VAT rate with respect to the entire public procurement in case of an amendment to the Act on value added tax and excise duty For the purpose of this Contract, force majeure means an external event of an extraordinary character that could not have been foreseen or prevented. 2. If due to force majeure either Party is unable to perform its contractual obligations in full or in part, then such a Party shall promptly notify the other Party of this fact. In such an event, the Parties shall agree on the manner and conditions of further performance of the contract or the contract may be terminated Any declarations of the Parties to the contract shall be null and void unless submitted in writing by registered mail or with a return receipt. 2. In case one or more provisions of this contract shall be held invalid, the validity of the entire contract shall not be affected thereby. In such an event, the Parties shall replace the invalid provision with a provision consistent with the aim and the remainder of the contract

17 Neither Party shall be entitled to transfer its rights and obligations under this contract without prior consent of the other Party, which shall be null and void unless made in writing To all matters not settled herein the provisions of the Act on public procurement law and of the Act of 23 April 1964 Civil Code (Dz. U. of 1964, No. 16, item 93 as amended) shall apply. 2. In order to be effective, any amendment or supplement to this contract shall require prior written consent of the Parties. 14 Any disputes resulting from this contract shall be subject to the jurisdiction of the court in Krakow. 15 This contract shall be executed in two (2) counterparts, one (1) for each of the Parties. The Purchaser The Contractor In... on I hereby accept the contract template... (stamp and signature of a person authorized to make declarations of will for and on behalf of the Contractor) 17

18 17) Information on legal remedies to which contractors should be entitled during contract award procedure. 1. Legal remedies are available to contractors and tenderers, as well as other entities having a legal interest in winning a given contract and have suffered or may suffer a loss due to the breach of the law committed by the Contracting Authority. 2. With respect to the contract notice and specification of essential terms and conditions of public procurement, legal remedies are also available to organizations entered on the list kept by the Public Procurement Officer. 2.1 Appeal: The right to appeal should be available solely against the breach of the law committed by the Contracting Authority during contract award procedure or failure to fulfill the Contracting Authority s obligation under the law; a. Where the procurement value is lower than the amounts specified in provisions issued on the basis of Article 11 section 8 of the PPL Act, the appeal should be available solely with respect to: 1) a negotiated procedure without prior publication of a contract notice, sole-source contract or request for quote; 2) description of the assessment of compliance with tender requirements; 3) exclusion of the Appellant from the contract award procedure; 4) rejection of a bid of the Appellant; b. An appeal should name an action or omission of the Contracting Authority that allegedly has been in breach of the law, contain a concise presentation of charges, specify the claim, and indicate the factual and legal circumstances justifying the appeal; c. An appeal should be submitted to the Chief Officer of the National Chamber of Appeal (Krajowa Izba Odwoławcza, ul. Postępu 17a, Warszawa) in written or electronic form with a secure electronic signature verifiable by means of a valid qualified certificate. The appeal registration fee must be paid no later than on the date of the deadline for appeal, and a relevant receipt must be enclosed with the appeal; d. The Appellant should send a copy of its appeal to the Contracting Authority before the deadline for appeal in such a manner that it enables the Contracting Authority to examine the appeal before that deadline. The Contracting Authority is deemed to be able to examine the appeal before the deadline for lodging it if the copy is sent before the deadline for lodging an appeal by one of the means specified in Article 27 section 2 of the PPL Act, meaning by fax or ; e. An appeal may be lodged within a deadline set forth in Article 182 of the PPL Act; 18

19 f. The Contracting Authority must immediately, no later than 2 days of the date on which it receives an appeal, send a copy of the appeal to other contractors participating in the contract award procedure, and should the appeal be related to the contents of the contract notice or provisions of the specification of essential terms and conditions of public procurement, the Contracting Authority must also publish it on the website where the contract notice or SETCPP is made available, calling the contractors to participate in the appeal; g. A contractor may declare participation in the appeal within 3 days of the date on which it receives the copy of the appeal, indicating the party it supports and interest in obtaining a decision in favour of this supported party. The declaration should be submitted with the Chief Officer of the National Chamber of Appeal in written or electronic form with a secure electronic signature verifiable by means of a valid qualified certificate. The copy thereof should be sent to the Contracting Authority and to the contractor who lodged the appeal; h. The contractors who enter the appeal process become the participants of the appeal process if they have an interest in obtaining a decision in favour of one of the parties; i. Following this, neither the Appellant nor the contractor called in pursuant to sub-article 17) of this SETCPP should have the right to legal remedies against the Contracting Authority s actions executed in accordance with the decision of the Chamber or court, or on the basis of Article 186 section 2 and 3 of the PPL Act; j. To appeal process the applicable provisions of the Act of 17 November 1964 Civil Code (Dz. U. No. 43, item 296 as amended) on arbitration court shall apply, unless the PPL Act provides otherwise. b. Notification: Within the time limit for appeal, a contractor or tenderer may notify the Contracting Authority of its breach of the law or failure to fulfill its obligation under the law that are not subject to appeal pursuant to Article 180 section 2 of the PPL Act; If the notification is deemed justified, the Contracting Authority will repeat the action in breach or perform the action omitted, informing the contractors of that fact in a relevant fashion provided for by the law; An appeal should not be available with respect to the action indicated in the sub-article above subject to Article 180 section 2 of the PPL Act. c. Objection: The Contracting Authority or Appellant may object to a contractor entering the appeal process no later than until the commencement of the proceedings. The Chamber should sustain an objection if the person 19

20 who lodges it proves it probable that the contractor has no legal interest in a decision in favour of the party which it supports; otherwise the Chamber will dismiss the objection. The Chamber may decide whether to sustain or dismiss the objection at a closed session. The decision is not subject to a complaint. 2.4 Complaint: The parties and participants of the appeal process have the right to complain to court against the decision of the Chamber. To the proceedings resulting from a complaint the provisions of the Act of 17 November 1964 Civil Code on appeal should apply, unless the PPL Act provides otherwise; A complaint should be submitted to the district court having jurisdiction over the registered office or place of residence of the Contracting Authority through the Chief Officer of the National Chamber of Appeal within 7 days of the date on which the decision of the Chamber is served and, at the same time, its copy should be sent to the opponent party to the complaint. A complaint deposited at a public post office is deemed effective. A complaint is subject to a fee; A complaint should meet the requirements provided for lawsuit documents and contain the designation of the decision in question, quote of claims, concise justification thereof, identification of evidence and a request to revoke or change the decision in full or in part. The proceedings resulting from a complaint do not allow for the extension of the appeal claim or filing new claims. 2.5 The Contracting Authority informs that the detailed regulations concerning legal remedies are contained in section VI of the PPL Act, meaning Articles ) Description of part of public procurement if the Contracting Authority allows for partial bids. 1. The Contracting Authority does not allow for partial bids. 19) The Contracting Authority does not envisage a framework agreement. 20) Information on envisaged supplementary contracts referred to in Article 67 item 1 (6, 7) or in Article 134 item 6 (3) of the PPL. 1. The Contracting Authority envisages the possibility of awarding supplementary contracts up to 8 litres of Xe gas which is the purpose of this procurement. 21) Method of presenting variant buds and minimum requirements they must meet if the Contracting Authority allows for such bids. 1. The Contracting Authority does not allow for variant bids. 22) or website of the Contracting Authority due to the fact that it is allowed to communicate by electronic mail. 1. m.jasek@uj.edu.pl, bzp@uj.edu.pl, 20

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

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 AND CONDITIONS OF THE PUBLIC PROCUREMENT (hereinafter referred to as the SETCPP )

SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF THE PUBLIC PROCUREMENT (hereinafter referred to as the SETCPP ) BIURO ZAMÓWIEŃ PUBLICZNYCH UNIWERSYTETU JAGIELLOŃSKIEGO Ul. Gołębia 6/2, 31-007 Kraków tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: bzp@uj.edu.pl www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php

More information

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

SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF THE PUBLIC PROCUREMENT (hereinafter referred to as the SETCPP ) the project of the National Electromagnetic Radiation Centre for research purposes (phase I), the project co-funded by European Union within the frame of the Innovative Economy Operational Program. Public

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

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

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

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

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

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

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

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

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

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

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

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

Regulations for Application of the Public Procurement Act

Regulations for Application of the Public Procurement Act Regulations for Application of the Public Procurement Act Adopted by Council of Ministers Decree No. 150/21.06.2006. Promulgated, State Gazette No. 53/30.06.2006, effective 1.07.2006, amended, SG No. 84/19.10.2007,

More information

RULES OF REGISTRATION AND MAINTENANCE OF LEGAL ENTITY IDENTIFIERS BY KRAJOWY DEPOZYT PAPIERÓW WARTOŚCIOWYCH S.A. (KDPW) Chapter 1 GENERAL PROVISIONS

RULES OF REGISTRATION AND MAINTENANCE OF LEGAL ENTITY IDENTIFIERS BY KRAJOWY DEPOZYT PAPIERÓW WARTOŚCIOWYCH S.A. (KDPW) Chapter 1 GENERAL PROVISIONS Appendix to Resolution No. 311/2016 of the KDPW S.A. Management Board dated 16 May 2016,effective as of 21 May 2016, with Amendments to Resolution No. 667/2016 of the KDPW S.A. Management Board dated 10

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

Checklist for ex-post control of public procurement

Checklist for ex-post control of public procurement Annex no. 4 Template of the checklist for Public Procurement Control for the Polish beneficiaries Checklist for ex-post control of public procurement Project title and project number: Contracting Authority:

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

Appendix ICA Appendix (Mandatory Industrial Cooperation) in respect to Tender/Contract No.

Appendix ICA Appendix (Mandatory Industrial Cooperation) in respect to Tender/Contract No. Appendix ICA Appendix (Mandatory Industrial Cooperation) in respect to Tender/Contract No. 1. A Foreign Supplier is required to fulfill industrial cooperation as defined in the Israeli Mandatory Bidding

More information

European Investment Fund. EIF Procurement Guide

European Investment Fund. EIF Procurement Guide Board of Directors Meeting 14/06/2017 Document approved European Investment Fund EIF Procurement Guide Policy for the procurement of services, supplies and works by the EIF Page 1 of 18 Contents 1. GENERAL...

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

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

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

REQUEST FOR QUOTATION (RFQ) (Goods and services)

REQUEST FOR QUOTATION (RFQ) (Goods and services) REQUEST FOR QUOTATION (RFQ) (Goods and services) Qualified Ugandan Companies DATE: 5 th November, 2015 REFERENCE: RFQ: Topographic Maps DRM (Busoga Sub Region) Dear Sir / Madam: We kindly request you to

More information

ADVERTISING SERVICES REGULATIONS/AGREEMENT

ADVERTISING SERVICES REGULATIONS/AGREEMENT ADVERTISING SERVICES REGULATIONS/AGREEMENT 1. DEFINITIONS Contractor's Identifier New User an individual number given to each Contractor by the Orderer, which allows to identify the Contractor in the Oktawave

More information

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

SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF THE PUBLIC PROCUREMENT (hereinafter referred to as the SETCPP ) PUBLIC PROCUREMENT OFFICE JAGIELLONIAN UNIVERSITY IN KRAKOW ul. Straszewskiego 25/9, 31-113 Krakow Tel.: +4812-432-44-50, fax +4812-432-44-51 or +4812-663-39-14; e-mail: bzp@uj.edu.pl www.uj.edu.pl http://przetargi.adm.uj.edu.pl/oglosz.php

More information

Data Distribution Agreement of BME Market Data

Data Distribution Agreement of BME Market Data Data Distribution Agreement of BME Market Data In Madrid on Between V.A.T.: (hereinafter Contracting Party ) And BME Market Data, S.A. Palacio de la Bolsa, Plaza de la Lealtad, 1 28014 Madrid V.A.T.: A-85447795

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

MARITEC-X MARINE AND MARITIME RESEARCH, INNOVATION, TECHNOLOGY CENTRE OF EXCELLENCE. Consortium Agreement

MARITEC-X MARINE AND MARITIME RESEARCH, INNOVATION, TECHNOLOGY CENTRE OF EXCELLENCE. Consortium Agreement MARITEC-X MARINE AND MARITIME RESEARCH, INNOVATION, TECHNOLOGY CENTRE OF EXCELLENCE Consortium Agreement June 2017 Table of Contents 1 Section: Definitions... 4 2 Section: Purpose... 5 3 Section: Entry

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

Law on Protection of Competition. Part I. General Provisions. Subject Matter. Article 1

Law on Protection of Competition. Part I. General Provisions. Subject Matter. Article 1 Law on Protection of Competition Part I General Provisions Subject Matter Article 1 This Law regulates mode, proceeding and measures for protection of competition on the relevant market and defines competencies

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

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

Draft Regulation. 9. This Regulation comes into force on (insert the. Part 2 GAZETTE OFFICIELLE DU QUÉBEC, December 12, 2007, Vol. 139, No.

Draft Regulation. 9. This Regulation comes into force on (insert the. Part 2 GAZETTE OFFICIELLE DU QUÉBEC, December 12, 2007, Vol. 139, No. Part 2 GAZETTE OFFICIELLE DU QUÉBEC, December 12, 2007, Vol. 139, No. 50 3893 3.2.3. A trustee in bankruptcy or a liquidator is exempt from the requirement to hold a licence if the trustee or liquidator

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

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

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

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number: INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00

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

ARTICLES OF ASSOCIATION of PAO TMK

ARTICLES OF ASSOCIATION of PAO TMK Translation from Russian into English Approved by the General Meeting of Shareholders of PAO TMK dated June 23 rd, 2015 (Minutes No. unnumb. dated June 23 rd, 2015) ARTICLES OF ASSOCIATION of PAO TMK (new

More information

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012 REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012 Bid issue date: 14/05/2012 Deadline for submission of proposals: 31/05/2012 Time: 2:00 PM 1 / 21 INDEX CONTENTS

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 guidance on EFSA procurements

General guidance on EFSA procurements General guidance on EFSA procurements Important information for potential tenderers when considering the submission of a tender in response to a procurement procedure of the European Food Safety Authority

More information

Jawne TAJEMNICA OGP GAZ-SYSTEM S.A.

Jawne TAJEMNICA OGP GAZ-SYSTEM S.A. CONTENTS: Jawne 1. GENERAL INFORMATION 2 1.1. INFORMATION ON THE GAZ-SYSTEM COMPANY 2 1.2. LEGAL GROUNDS 2 1.3. DEFINITIONS 3 1.4. PROCEDURE SCHEDULE 4 2. THE SCOPE OF ALLOCATED CAPACITY 5 2.1. TIME-LIMIT

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

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

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

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

Accenture Purchase Order Terms and Conditions. Accenture shall mean Accenture Japan Ltd or an Affiliate Company as defined below.

Accenture Purchase Order Terms and Conditions. Accenture shall mean Accenture Japan Ltd or an Affiliate Company as defined below. Accenture Purchase Order Terms and Conditions Accenture shall mean Accenture Japan Ltd or an Affiliate Company as defined below. Affiliate Company shall mean any Accenture entity, whether incorporated

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

TENDERING CODE BSDQ IN EFFECT FEBRUARY 1 ST, 2013

TENDERING CODE BSDQ IN EFFECT FEBRUARY 1 ST, 2013 TENDERING CODE BSDQ IN EFFECT FEBRUARY 1 ST, 2013 Notice to the Reader: It should be noted that, for interpretation purposes, the French text shall prevail over the English, the latter being a translation

More information

BULGARIAN STOCK EXCHANGE-SOFIA RULES AND REGULATIONS PART II MEMBERSHIP RULES

BULGARIAN STOCK EXCHANGE-SOFIA RULES AND REGULATIONS PART II MEMBERSHIP RULES BULGARIAN STOCK EXCHANGE-SOFIA RULES AND REGULATIONS PART II MEMBERSHIP RULES Page 2 of 22 Chapter One EXCHANGE MEMBERS Section One GENERAL PROVISIONS Article 1. These Membership Rules constitute part

More information

Bureau des soumissions déposées du Québec

Bureau des soumissions déposées du Québec Bureau des soumissions déposées du Québec TENDERING CODE In effect January 1 st 2016 TENDERING CODE AND SCHEDULES I TO V I N EFFECT J ANUARY 1, 2016 Notice to the Reader: It should be noted that, for

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

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

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

TENDERING CODE. Bureau des soumissions déposées du Québec

TENDERING CODE. Bureau des soumissions déposées du Québec TENDERING CODE Bureau des soumissions déposées du Québec TENDERING CODE AND SCHEDULES I TO V UPDATED: MAY, 1 ST 2018 Notice to the Reader: It should be noted that, for interpretation purposes, the French

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

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR QUOTATION (RFQ) (Goods) REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: August 28, 2015 REFERENCE: RFQ/Sp-2/Security /01 Dear Sir / Madam: We kindly request you to submit your quotation for Body Armor Level III

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 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

PUBLIC PROCUREMENT RULES, 2004

PUBLIC PROCUREMENT RULES, 2004 PUBLIC PROCUREMENT RULES, 2004 1 Part-II STATUTORY NOTIFICATION (S.R.O.) GOVERNMENT OF PAKISTAN FINANCE DIVISION (Admn. And Coord. Wing) NOTIFICATION Islamabad, the 8 th June, 2004 S.R.O. 432 (I)/2004.--

More information

ON THE ADMINISTRATIVE PROCEDURE

ON THE ADMINISTRATIVE PROCEDURE 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

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

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

CUSTODY AGREEMENT - INDIVIDUALS

CUSTODY AGREEMENT - INDIVIDUALS www.efghermes.com Account. Unified Code Branch Please read carefully and complete all of the enclosed documents and return them to your Account Officer. Name (First. Middle. Last) Identification Number

More information

ADMINISTRATIVE SPECIFICATIONS FOR THE CONTRACTING OF GPS TRACKING DEVICES

ADMINISTRATIVE SPECIFICATIONS FOR THE CONTRACTING OF GPS TRACKING DEVICES 1. BACKGROUND ADMINISTRATIVE SPECIFICATIONS FOR THE CONTRACTING OF GPS TRACKING DEVICES The International Foundation for Administration and Public Policies (FIIAPP. F.S.P) is a foundation of the State

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

TERMS AND CONDITIONS OF THE INVITATION TO BID

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

More information

INVESTMENT PROMOTION ACT

INVESTMENT PROMOTION ACT 1 INVESTMENT PROMOTION ACT (Title amended, SG No. 37/2004) Promulgated, State Gazette No. 97/24.10.1997, effective 24.10.1997, corrected, SG No. 99/29.10.1997, supplemented, SG No. 29/13.03.1998, effective

More information

Electronic Document and Electronic Signature Act Published SG 34/6 April 2001, effective 7 October 2001, amended SG 112/29 December 2001, effective 5

Electronic Document and Electronic Signature Act Published SG 34/6 April 2001, effective 7 October 2001, amended SG 112/29 December 2001, effective 5 Electronic Document and Electronic Signature Act Published SG 34/6 April 2001, effective 7 October 2001, amended SG 112/29 December 2001, effective 5 February 2002, SG 30/11 April 2006, effective 12 July

More information

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur Tender for Supply and Installation of UV-Visible Spectrophotometer at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BIO/2/1(I)/2015-16/18 NIT Issue Date : 11 June 2015 Last Date of Submission

More information

Dispute Board Rules. in force as from 1 September Standard ICC Dispute Board Clauses. Model Dispute Board Member Agreement

Dispute Board Rules. in force as from 1 September Standard ICC Dispute Board Clauses. Model Dispute Board Member Agreement Dispute Board Rules in force as from September 004 with Standard ICC Dispute Board Clauses Model Dispute Board Member Agreement International Chamber of Commerce 8 cours Albert er 75008 Paris - France

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

Zab Zab Application Privacy Policy Terms and Conditions

Zab Zab Application Privacy Policy Terms and Conditions Zab Zab Application Privacy Policy Terms and Conditions Zab Zab is an application available for Android/iOS mobile devices, which allows Users to see nearby parties hosted by private individuals (so-called

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

Tender No For the Supply of LED lights for Various Types of Rolling Stock for Israel Railways Ltd. ( Tender ) General Terms and Conditions

Tender No For the Supply of LED lights for Various Types of Rolling Stock for Israel Railways Ltd. ( Tender ) General Terms and Conditions אגף רכש והתקשרויות Procurement & Contracting Division Tender No. 41703 For the Supply of LED lights for Various Types of Rolling Stock for Israel Railways Ltd. ( Tender ) General Terms and Conditions Israel

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

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

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

STANDARD TERMS OF OREGON SEED PRODUCTION Version 09.01

STANDARD TERMS OF OREGON SEED PRODUCTION Version 09.01 (Authority to use this Agreement is given by copyright holder, provided that a copy of all modified language (absent any personal data) will be provided to copyright holder at contract@churchill-law.com

More information

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year TENDER DOCUMENT For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year 2018-19 Date and Time of Submission: 21 st June 2018 till 10:30 AM Technical Bid opening: 21 st June 2018

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

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents. INVITATION TO BID Document-I Name of Works: (i) Comprehensive Abatement and Removal of all hazardous material in one building of Embassy of India located at 1438 U Street NW, Washington DC 20008, and (ii)

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

GRANT AGREEMENT for an ACTION

GRANT AGREEMENT for an ACTION Directorate General Communication GRANT AGREEMENT for an ACTION AGREEMENT NUMBER - [ ] The European Community, represented for the purposes of the signature of this agreement by the European Parliament,

More information

Approved by the General Meeting of Shareholders of OAO TMK dated 30 October ARTICLES OF ASSOCIATION of OAO TMK (new version)

Approved by the General Meeting of Shareholders of OAO TMK dated 30 October ARTICLES OF ASSOCIATION of OAO TMK (new version) Approved by the General Meeting of Shareholders of OAO TMK dated 30 October 2006 ARTICLES OF ASSOCIATION of OAO TMK (new version) Moscow 2006 1. GENERAL 1.1 OAO TMK (registered by the Moscow Registration

More information

LAW ON CONCESSIONS GENERAL PROVISIONS. Subject matter of the Law Article 1

LAW ON CONCESSIONS GENERAL PROVISIONS. Subject matter of the Law Article 1 LAW ON CONCESSIONS I GENERAL PROVISIONS Subject matter of the Law Article 1 This Law shall govern requirements, method, and procedure for awarding concessions, the subject matter of concessions, period

More information

THE COMPANIES ACT 1985 COMPANY LIMITED BY GUARANTEE AND NOT HAVING A CAPITAL DIVIDED INTO SHARES

THE COMPANIES ACT 1985 COMPANY LIMITED BY GUARANTEE AND NOT HAVING A CAPITAL DIVIDED INTO SHARES THE COMPANIES ACT 1985 COMPANY LIMITED BY GUARANTEE AND NOT HAVING A CAPITAL DIVIDED INTO SHARES NEW ARTICLES OF ASSOCIATION (adopted by Special Resolution passed on 9 May 2002) of PUBLIC RELATIONS AND

More information

REQUEST FOR QUOTATION (RFQ) Printing Services; UNDP booklet

REQUEST FOR QUOTATION (RFQ) Printing Services; UNDP booklet UNDP-CYP RFQ 084 2018 REQUEST FOR QUOTATION (RFQ) Printing Services; UNDP booklet REFERENCE: UNDP-CYP-RFQ-084/2018 DATE: July 13, 2018 Dear Sir / Madam: We kindly request you to submit your quotation for

More information

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Services) REQUEST FOR QUOTATION (RFQ) (Services) UNODC ROME DATE: July 17, 2018 REFERENCE: UNODC/July /01 Dear Sir / Madam: We kindly request you to submit your quotation for hoteling services for a Regional Workshop

More information

Translation from Latvian

Translation from Latvian Translation from Latvian APPROVED at SJSC Riga International Airport Procurement Committee meeting of March 27, 2017 (Minutes No.40) SJSC Riga International Airport TERMS OF REFERENCE OF OPEN TENDER PROCEDURE

More information

REGULATIONS ON THE GENERAL MEETING OF SHAREHOLDERS OF PUBLIC JOINT STOCK COMPANY "AEROFLOT - RUSSIAN AIRLINES" (Revision No. 4)

REGULATIONS ON THE GENERAL MEETING OF SHAREHOLDERS OF PUBLIC JOINT STOCK COMPANY AEROFLOT - RUSSIAN AIRLINES (Revision No. 4) APPROVED by the Annual General Meeting of Shareholders of PJSC Aeroflot of June 22, 2015 Minutes No. dated June, 2015 REGULATIONS ON THE GENERAL MEETING OF SHAREHOLDERS OF PUBLIC JOINT STOCK COMPANY "AEROFLOT

More information

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Services) REQUEST FOR QUOTATION (RFQ) (Services) DESCRIPTION: Sub Soil Investigation for UNDP Housing project DATE: September 15, 2013 REFERENCE: RFQ/UNPD/AFG/ELECT/2013/050 Dear Sir / Madam: We kindly request you

More information

GTCP. General terms and conditions of purchase VALIDITY FROM

GTCP. General terms and conditions of purchase VALIDITY FROM GTCP General terms and conditions of purchase VALIDITY FROM 01.02.2017 1 General remarks, area of validity (1) The present general terms and conditions of purchase (AEB) apply to all business relationships

More information

VISA Inc. VISA 3-D Secure Authentication Services Testing Agreement

VISA Inc. VISA 3-D Secure Authentication Services Testing Agreement VISA Inc. VISA 3-D Secure Authentication Services Testing Agreement Full Legal Name of Visa Entity: Visa International Service Association Inc. Type of Entity/Jurisdiction of Organization: Delaware corporation

More information

TENDER EVALUATION MANUAL

TENDER EVALUATION MANUAL DA/CTR-RP 1 Issue 2 June 1985 TENDER EVALUATION MANUAL 1 The Procurement Regulations (ESA/C(2008)202) have entered into force on 01 June 2010 and replaced the Contracts Regulations (ESA/C(82)111 ANNEX

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