Training of air traffic controllers Rating Training ACS

Size: px
Start display at page:

Download "Training of air traffic controllers Rating Training ACS"

Transcription

1 CROATIA CONTROL LTD. REQUEST FOR TENDERS IN THE PROCEDURE FOR AWARDING PUBLIC SERVICES CONTRACTS AS SET OUT IN ANNEX II. B OF THE PUBLIC PROCUREMENT ACT Training of air traffic controllers Rating Training ACS Procurement ref. No.: E - VV 26/16 December 2016 Page 1 od 18

2 1. CONTRACTING AUTHORITY INFORMATION 1.1. Contracting Authority s General Information a) Name: Croatia Control Ltd. b) Registered office Velika Gorica, Rudolfa Fizira 2 c) Postal address: Zagreb-Airport P.O. BOX 45 d) VAT No e) Phone.: ; Fax: f) Web: g) Procurement ref. No.: E - VV 26/ List of economic operators with whom the Contracting Authority is in the conflict of interest Pursuant to Article 13 of the Public Procurement Act (Official Gazette No. 90/11, 83/13, 143/13 and 13/14 - Decision of the Constitutional Court of the Republic of Croatia), Croatia Control Ltd. as a public contractor may not sign public procurement contracts with the following economic operator (as a tenderer, member of a group of tenderers or subcontractors of the selected contractor): Anova istraživanja d. o. o., Rokov perivoj 1, Zagreb, VAT No SUBJECT MATTER OF THE PROCUREMENT CPV : Specialist training services 2.1. Air traffic controller Rating Training ACS Training shall be performed for at least 8 (eight) to maximum 12 (twelve) candidates, for rating Area Control Surveillance - ACS (hereinafter: Rating Training ACS ). The exact number of candidates shall be known immediately before the commencement of the training, it depends on the success of the candidates on Basic Training and it shall be defined by an agreement. The training shall not last less than 100 working days, with mandatory commencement on March 20, After the theoretic part of Rating Training ACS, the Tenderer shall provide practical preparation for simulation part of Rating Training ACS the duration of which is 10 working days. The practical preparation shall take place on the simulator on which the practical part of Rating Training ACS shall take place, and it will consist of RTF and System Training (Label input, use of tools defined in Compliance Matrix in Appendix 3, requirement R-14) The candidates shall have a break in training lasting 5 (five) working days after the completion of the 1st half of the training. Place of performance of Rating Training ACS shall be at Tenderer s registered office. One (1) OJT instructor of the Contracting Authority shall participate in each phase of the practical part of the Rating Training ACS with the aim of continuous monitoring of the progress of the candidates. The Tenderer shall fill in the Tender Form the information on the duration of course The training shall be performed in accordance with approved Air Traffic Controller Training Program in accordance with the Compliance Matrix - Appendix 3. All necessary course and exam materials shall be in English. Tenders not meeting all requirements specified in the Compliance Matrix - Appendix 3 shall be rejected by the Contracting Authority. Page 2 od 18

3 3. ESTIMATED PROCUREMENT COST: HRK , CONTRACT AWARD CRITERIA The lowest Tender and mandatory compliance with all requirements specified in the Compliance Matrix - Appendix REQUIREMENTS TO BE MET BY THE TENDERERS Any document required by the Contracting Authority in his Section may be submitted by a Tenderer in uncertified copy. Uncertified printout of a document in electronic format shall also be considered as uncertified copy. In the case of doubt in the accuracy of information mentioned in documents submitted by the Tenderers pursuant to Articles 67 to 74 of the Public Procurement Act, the Contracting Authority may for the purpose of checking the authenticity of information: - request from the Tenderer to send the originals or certified copies thereof within the adequate period of time; and /or - contact the issuer of documents and/or competent authorities. Before making any decision on the selection, the Contracting Authority may request from the best Tenderer with whom it intends to conclude the public procurement contract the delivery of originals of certified copies of one or more documents requested pursuant to Articles 67 to 74 of the Public Procurement Act If the economic operator has already delivered in the offer certain originals or certified copies, it is not obliged to send them again. The Tenderers shall submit the following: 5.1. Evidence of legal and business capacity - Certificate of inscription in a court, trade, professional or another appropriate register of the country in which the economic operator is established. If in the country in which the economic operator is established no court register extracts are being issued, the economic operator may deliver a declaration with signature certified by the competent body. The mentioned proof (extract or declaration) shall not be older than three months of the date of commencement of the public procurement procedure. In case of a Group of Tenderers, the circumstances referred to in this sub-paragraph of the present Tender Documents shall be established for each component of the Group individually. - Air traffic controller training organization s certificate issued by the competent authority of the EU Member State of domicile pursuant to the Commission Regulation (EU) 2015/ Training Plan and Program as set out in the Compliance Matrix - Appendix The Training Plan and Program approval. Tenderers may submit their Training Plan and Program approval either as separate documents (in the form of approval, authorization, etc.) or as a component part of the Certificate of the training organization (in which case such Certificate shall include a specification of approved courses). Page 3 od 18

4 5.4. Evidence of technical and professional ability A list of contracts on delivery of services set out in Item 2.1. of this Request for Tenders performed in the year in which the public procurement started and over three (3) years preceding that year. The list of contracts shall indicate the amount and date of delivery, and the name of the other party, Contracting Authority within the meaning of the Public Procurement Act or private subject. If the other party is a contracting authority within the meaning of this Act, the list should include or hold in attachment as proof a certificate on duly delivery issued or signed by the contracting authority. If the other party is a private subject, the list should include or hold in attachment as proof its certificate, and if there is no such certificate, a statement by the economic operator shall suffice along with proof that the certificate was requested. Statements of other contracting parties on satisfactory execution of minimum 1 (one) contract with the same or similar subject matter of procurement issued by the other Contracting Party shall be attached to the aforementioned list. If necessary, the Contracting Authority shall check the authenticity of the statement directly from the other Contracting Party. The contract value of one contract, or the sum of total contract values of not more than three (3) contracts must be minimum 50% of the estimated procurement value. Clarification of the request: The economic operator shall submit the proof of the ability in case it is clear from signed contracts and certificates on duly executions of contracts that in the last three years it has fulfilled at least one contractual obligation of the similar characteristics, with gives the Contracting Authority the assurance that the awarded tenderer shall carry out the present procurement in timely and duly manner The Tenderer shall present the evidence of having at its disposal the persons possessing the expert knowledge and experience necessary for the performance of the aforementioned service. It is mandatory to deliver the statement of the Tenderer that it has at its disposal the experts who shall participate in the performance of the contract, and who possess the expert knowledge and experience necessary for the performance of the aforementioned service, as well as the evidence required for each particular expert, and the minimum is as follows: OJT instructors of the Tenderer (at least 2) carrying out the Rating Training ACS must possess: - at least 3 (three) years of experience in operational activities of the air traffic controller with rating and ACS endorsement. The Tenderer shall attach the copies of the licenses with OJT instructor endorsement entered on license for all OJT instructors who will participate in training. - knowledge of and operational experience on automatized ATM system that does not require the use of physical flight strips - Stripless environment. The certificate of the service provider in which the instructor gained the required experience shall be attached The Course Manager of Rating Training ACS must have at least 5 (five) years of experience in managing ACS Initial Training, knowledge and operational experience on automatized ATM system that does not require the use of physical flight strips (Stripless environment). The certificate of the service provider in which the instructor gained the required experience shall be attached. Pursuant to Article 72. para. 6. of the Public Procurement Act, an economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links among them. In this case the economic operator must submit evidence to the Contracting Authority that it will have at its disposal sufficient means for execution of contract, like for example the acceptance of the obligations of other entities that they would put their resources at disposal to the mentioned economic operator. Page 4 od 18

5 Under the same conditions, the group of tenderers may rely on the capacities of the members of the group of tenderers or other entities. 6. TENDER DATA 6.1 Tender Contents The Tender shall include - Completed Tender Form (Appendix 1) - Evidence of Tenderer s ability - Completed Schedule of Prices (Appendix 2) - Completed Compliance Matrix Form and evidence of compliance with the requirements from the Appendix 3 - Fixed Price Statement (Appendix 4) - Statement of Submission of Performance Security (Appendix 5) - Statement of Acceptance of All Terms and Conditions Set Forth in the Request for Tenders (Appendix 6) - Training organization s certificate, issued by the competent authority of the EU Member State of domicile - Training Plan and Program - Training Plan and Program approval - Statement of Integrity (Appendix 7) - Statement for having at disposal the experts who shall participate in the performance of the Contract (Appendix 8) 6.2 Tender drawing-up method: The Tender shall be bound together to make a single whole and to prevent any subsequent sheet extraction or insertion (secured with a thread and with the Tenderer's official seal affixed on the back of the last sheet). The Training Plan and Program shall be identified by its title, included in the Tender contents as its integral part and submitted with the Tender. Tender pages shall be numbered to show page number and the total number of pages on each page. The Tender shall be submitted in one original and one copy, with all evidence of compliance with the requirements from the Request for Tenders. The Tender shall be written in indelible ink. Any corrections in the Tender shall be made in a visible and traceable manner. Corrections shall be dated and authenticated by the signature of the Tenderer. The Tenderer shall complete, sign and stamp the Tender Form (Appendix 1), Schedule of Prices (Appendix 2), Compliance Matrix Form (Appendix 3), Fixed Price Statement (Appendix 4), Statement of the Submission of Performance Security (Appendix 5), Statement of Acceptance of All Terms and Conditions Set Forth in the Request for Tenders (Appendix 6), Statement of Integrity (Appendix 7), Statement for having at disposal the experts who shall participate in the performance of the Contract (Appendix 8). 6.3 Tender Price and Currency The Tender Price shall be expressed in figures. The Tenderer shall specify in its Tender the Tender Price exclusive of VAT, VAT amount* and the Tender Price inclusive of VAT. The Tenderer shall insert unit price and total amount of each item of the Schedule of Prices. Items included in the Schedule of Prices are described in detail and any addition or deletion shall not be permitted. Page 5 od 18

6 The Schedule of Prices shall be stamped and signed by a person authorized to represent the Tenderer. The offered unit prices for each item of the Schedule of prices are firm and fixed. The Tender Price shall be denominated in Euros. The amounts in EUR shall be converted into HRK countervalue by the Contracting Authority. The conversion shall be done on the basis of the middle current rate for the conversion of Croatian kuna into Euro in force on the day of sending the Request for Tenders for publication (December 28, 2016). *If the Tenderer is not subject to the Value Added Tax System or if the subject matter of the procurement is exempt from the Value Added Tax, in the line Tender Price with VAT the same amount as specified in the line Tender Price without VAT shall be inserted, while the line VAT Amount shall be left blank. 6.4 Terms and conditions of payment The services shall be paid upon performed service within 30 (thirty) days from the receipt of the relevant invoice. The certificates or verifications on completed training shall be attached to the invoice. 6.5 Language and script of the Tender: The Tender and the pertaining documents shall be drawn up in English in Latin script. If any of the required evidence/documents is written in a language other than English, the Tenderer shall enclose its English version, translated and certified by a registered court interpreter. 6.6 Tender validity term Tender validity shall be 90 (ninety) days from the tender opening date. 7. DEADLINE FOR TENDER SUBMISSION AND TENDER OPENING DATE The deadline for delivery of Tenders is January 13, 2017, by 12:00 local time. Tender opening is on January 13, 2017 at 12:00 local time at the Contracting Authority's address: Croatia Control Ltd., Rudolfa Fizira 2, Velika Gorica. There shall be no public opening of Tenders. 8. TENDER SUBMISSION ADDRESS AND METHOD The Tender shall be delivered by mail to the Contracting Authority s address: Croatia Control Ltd., Velika Gorica, P.O. BOX 45 or by hand to the Contracting Authority's Registry Office at the address Velika Gorica, Rudolfa Fizira 2, 1st Floor, Room No. 112, with identification: Tender for Training of ATC_E-VV 26/16. The Tender shall be submitted in writing, in a sealed envelope bearing the Contracting Authority s name and address, Tenderer's name and address, description of the relevant subject matter of procurement, procurement reference number and the warning DO NOT OPEN. Within the Tender submission period, the Tenderer may, by a duly signed statement, make subsequent amendments to its Tender or withdraw its Tender. Any amendment and or written Tender withdrawal notice shall be submitted in the same way as the original Tender and shall be clearly identified as Tender amendment or Tender withdrawal notice. Page 6 od 18

7 9. WEBSITE The Request for Tenders has been published on the Contracting Authority's website: DATE OF PUBLICATION OF THE REQUEST FOR TENDERS ON THE CONTRACTING AUTHORITY WEBSITE December 28, CONTRACTING AUTHORITY'S CONTACT PERSONS Teo Bratinčević, Financial Advisor Telephone i) address: teo.bratincevic@crocontrol.hr 12. SECURITIES Tender Security is required by the Contracting Authority and the Tenderer shall submit an irrevocable and unconditional bank guarantee, payable on first demand and without recourse, to the amount of HRK ,00 i.e. EUR ,00 with validity period matching the Tender validity period. The original copy of Tender Security shall be delivered. Tender Security makes an integral part of the Tender and shall be inserted in a clear PVC folder (closed with a label bearing the Tenderer s seal) and bound into a single whole with the rest of the documentation. The respective page number(s) shall not be written on the Tender Security itself but on the PVC folder. Performance Security is required by the Contracting Authority and the Tenderer shall submit a statement confirming that it will submit such Performance Security in the form of an irrevocable, unconditional Bank Guarantee, payable on first demand and without recourse, for 10% (ten per cent) of the Contract Price, valid until July 01, 2017 (sign and stamp the Form in Appendix 5 of the Tender Documents). 13. ESSENTIAL TERMS AND CONDITIONS OF THE CONTRACT The essential terms and conditions of Contract are as follows: - Payment terms and conditions as set out in Section 6.4 of the present Request; - Place of performance as set out in Section 2. of the present Request; - Starting/completion dates as set out in Section 2. of the present Request; - The Contracting Party shall carry out the quality control of the services provided by the services provider; - Issuing of the Progress Report on the candidates after each phase of training and testing; - To issue adequate evidence (diploma, certificate, verification etc.) on accomplished training, on the basis of which the license shall be issued in the Republic of Croatia; - Settlement of disputes: The Parties shall endeavor to settle amicably any disputes. Should such amicable settlement proves impossible, the Parties shall refer the dispute to arbitration in accordance with the Rules of Conciliation and Arbitration of the International Chamber of Commerce, by three arbitrators appointed in accordance with the said Rules. The arbitration procedure shall take place in Zagreb, Croatia. During the arbitration procedure, the official language shall be English. - The Contract shall be governed by the laws of Croatia. Page 7 od 18

8 14. DEADLINE FOR THE ADOPTION OF A DECISION ON THE CONTRACT AWARD OR ANNULMENT OF THE PUBLIC PROCUREMENT PROCEDURE The Decision on the contract award or on the annulment of the public procurement procedure shall be made by the Contracting Authority within 30 (thirty) days from the deadline for Tender submission. The Decision on the contract award or on the annulment of the public procurement procedure with a copy of Minutes on review and assessment of Tenders will be delivered to each Tenderer in a verifiable manner (delivery receipt, return receipt, report on successful delivery via telefax, electronic document, publication in Electronic Public Procurement Classified, where the delivery is considered to be carried out by the expiry of the day of publication). 15. CLARIFICATION OF TENDER DOCUMENTS During the period for Tender delivery, economic operators may send their requests for additional information and explanations related to the Tender documents on the address: teo.bratincevic@crocontrol.hr to the attention: Authorized representatives for the implementation of public tender for Training of ATC_E-VV 26/16. During the period for Tender delivery, economic operators may request explanations and changes related to tender documentation, and the Contracting Authority shall publish the reply on the same web pages on which the basic documentation is available, without explicitly mentioning the information on the entity filing the request ( If the request was delivered timely, the Contracting Authority shall publish the response not later than during the fourth day before the day which is the deadline for Tender delivery. The request is timely if delivered to the Contracting Authority not later than during the sixth day before the day which is the deadline for Tender delivery. 16. LEGAL RECOURSE Appeals, if any, shall be lodged in writing with the State Commission for Supervision of Public Procurement. The Appellant shall simultaneously submit, in a traceable manner, a copy of the appeal to the Contracting Authority. The appeal shall be lodged: - within 10 (ten) days from the date of the contract notice, in respect of the content of the Request for Renders and supplementary documentation, if any, Tender review, Tender evaluation and contract award procedures; or if no previous notice on the intention to sign the Contract has been published by the Contracting Authority: - within 10 (ten) days from the date of receipt of the contract award decision or cancellation decision, in respect of the content of the Request for Tenders and supplementary documentation if any, Tender review, Tender evaluation and Contract Award procedure or the reasons for cancellation. 17. GOVERNING LAW To any matter not specifically mentioned herein, the provisions of the Public Procurement Act (Official Gazette No. 90/11, 83/13, 143/13 and 13/14) and of the Regulation on the Methodology for Drawing up and Handling Tender Documents and Tenders (Official Gazette 10/12), as modified and amended by the date of the publication of this Invitation for Tenders, shall apply. Page 8 od 18

9 Appendix 1 TENDER FORM 1. Name and registered office of the Contracting Authority Croatia Control Ltd. Velika Gorica, Rudolfa Fizira 2 2. Name and registered office of the Tenderer Address VAT No. Account No. Tenderer is subject to VAT (YES/NO) Mailing address Authorized representative Contact person Telephone Fax: Page 9 od 18

10 Subject matter of the Tender TENDER For Training of air traffic controllers Rating Training ACS E - VV 26/16 In the amount of (Insert amounts in figures) Tender price without VAT in EUR VAT* amount in EUR Tender price with VAT in EUR Rating Training ACS (in the registered office of the Tenderer) - 8 (eight) to12 (twelve) candidates Commencement of training is on March 20, 2017 Course duration: working days (not less than 100 days) Tender validity date We agree to abide by this Tender for a period of 90 (ninety) days from the Tender opening date. In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) *If the Tenderer is not subject to the Value Added Tax System in the Republic of Croatia or if the subject matter of the procurement is exempt from the Value Added Tax, in the line Tender Price with VAT the same amount as specified in the line Tender Price without VAT shall be inserted while the line VAT Amount shall be left blank. Page 10 od 18

11 Schedule of Prices Appendix 2 No. Service description Quantity (number of candidates/ instructors) Unit price (in EUR) Total amount (in EUR) 1* Tuition fee* for Rating Training ACS 12 2** 3** Accommodation costs for a candidate in a single room during the Rating Training ACS on the basis of bed and breakfast ( student dormitory standard) The accommodation must be equipped with a desk, wardrobe and a refrigerator adequate for longer stay. Remark: The unit price is a price of total number of overnights per candidate Public transport costs for candidates from the accommodation facility to the Service Provider's site (local transport) during the course (if transport is necessary) Remark: The unit price is a price of total number of transfers per candidate Total (in EUR): *The tuition fee is invoiced and paid per actual number if candidates, which may be between 8 and 12. The exact number of candidates shall be know immediately before the commencement of the training, it depends on the success of the candidates on Basic Training and it shall be defined by an agreement. The exact number of candidates shall be defined by an agreement. The tuition fee shall include: - All necessary materials for the course and exams, - Adequate evidence (diploma, certificate, verification etc.) on accomplished training, on the basis of which the license shall be issued in the Republic of Croatia. ** Items 2 and 3 schedule of prices are calculated and paid in accordance with the actual duration of stay of candidates In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) Page 11 od 18

12 Compliance Matrix Appendix 3 No. Description of requirements General requirements The Tenderer shall submit the Training Organization's Certificate issued by the competent authority of the EU Member State of domicile, pursuant to the provisions R-01. of Commission Regulation (EU) No. 2015/340. Complied with YES NO R-02. R-03. R-04. To prove the developed and established policy of positive approach to Training - Positive training philosophy. A statement or another evidence id to be attached. Rating training course (ACS) is a competence based training. The competence scheme of the Tenderer shall be submitted as the evidence of the aforementioned. The Tenderer must have in place an established process of continuous assessment in the course of the training. The excerpt from the Training Plan of the Tenderer shall be attached as a proof of that Rating Training ACS R-05. R-06. R-07. R-08. R-09. R-10. Training Plan and Program for Rating Training ACS developed in accordance with EUROCONTROL document "Specification for the ATCO Common Core Content Initial Training, Edition 2 (2015)" and compliant with the Rules for Air Traffic Controllers' Licenses, Ratings and Endorsements (Official Gazette No. 75/2013, 142/2013, 109/2014) and Commission Regulation (EU) 2015/340 of 20 February 2015 laying down technical requirements and administrative procedures relating to air traffic controllers' licenses and certificates pursuant to Regulation (EC) No 216/2008 of the European Parliament and of the Council, amending Commission Implementing Regulation (EU) No 923/2012 and repealing Commission Regulation (EU) No 805/2011 Training Plan and Program for Rating Training ACS shall be approved by the regulatory authority of the country of domicile of the training organization. Tenderers may submit their Training Plan and Program approval either as separate documents (in the form of approval, authorization, etc.) or as a component part of the Certificate of the training organization (in which case such Certificate shall include a specification of approved courses). The duration of "Rating Training ACS shall not be shorter than 100 working days. The Course Manager of Rating Training ACS must have at least 5 (five) years of experience in managing ACS Initial Training, knowledge and operational experience on automatized ATM system that does not require the use of physical flight strips (Stripless environment). The certificate of the service provider in which the instructor gained the required experience shall be attached. OJT instructors of the Tenderer (at least 2) carrying out the Rating Training ACS must possess: - at least 3 (three) years of experience in operational activities of the air traffic controller with rating and ACS endorsement. The Tenderer shall attach the copies of the licenses with OJT instructor endorsement entered on license for all OJT instructors who will participate in training. - knowledge of and operational experience on automatized ATM system that does not require the use of physical flight strips - Stripless environment. The certificate of the service provider in which the instructor gained the required experience shall be attached. Rating Training ACS shall take place at the registered address of the Tenderer, and after theoretical part of the Rating Training ACS 1 (one) OJT instructor of the Contracting Authority shall participate with the aim of continuous monitoring of the Page 12 od 18

13 R-11. R-12 R-13. R-14. R-15. R-16. progress of the candidates. In the course of the training the candidates shall be introduced to the principles of Safety II, Resilience Engineering/Change Management; they will be presented the OJTI role as well as the importance of the relationship OJTI trainee. They will be given an introduction into the projects, SES & SESAR projects, COOPANS as well as FAB concept (Ref. EU 2015/340 ATCO.D.010 (e)). Training shall be performed pursuant to the methods of provision of and maintaining the separation specific to Tenderer s environment, pursuant to 2015/340, ATCO.D.010(e). The candidates who shall successfully complete the training shall be issued an adequate evidence by the Tenderer (diploma, certificate, verification etc.) on accomplished training, on the basis of which the license shall be issued in the Republic of Croatia. The training shall be performed on automatized simulator that does not require the use of physical flight strips (Stripless environment), and HMI must enable entering the data into the label and the list. Simulator system design is based on the concept of accepting the controller actions and tracking the implications (passive assistance). Simulator must enable the use of at least following tools/atm functionalities:: System computed flight paths Short Term Conflict Alert (STCA) Medium Term Conflict Detection (MTCD) - Presentation of flight path prediction/trajectory (e.g.flight Leg) - Conflict and Risk Detection (CARD) - Presentation of conflict in vertical plane (e.g. Vertical Aid Window VAW) - Presentation of conflict/ flight path prediction in horizontal plane (e.g. Flight leg with conflicts/risks) Monitoring Tools: - Route - Cleared Level - Segregated Airspace Customized Label Extended Label Input of data possible through Label and displayed List(s): - established contact, - level (cleared, requested, inbound /entry and exit/outbound) - route, direct route Measurement of range/distance, bearing and time Tenderer shall state in its Tender the name of the system, the brand of the manufacturer and, as the evidence of complying with the aforementioned requirements, the excerpt from the factory specification of the required operational functions and HMI layout. The training shall take place on a radar simulator which enables the coordination by direct input into label system coordination (SYSCO). The simulated airspace shall contain at least three different TMA altitudes, in line with the Croatian TMAs altitude boundaries. In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) Page 13 od 18

14 Appendix 4 Statement confirming that quoted prices are firm and fixed It is hereby confirmed that the prices quoted for each item of the Schedule or Prices in the public procurement procedure for the Air Traffic Controllers Rating Training ACS, shall remain firm and fixed and shall not be subject to any variation, Ref. No. E-VV 26/16. In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) Page 14 od 18

15 Appendix 5 STATEMENT OF SUBMISSION OF PERFORMANCE SECURITY We hereby declare that, if our Tender shall be selected as the most favorable, we shall submit attached to the signed contract for the procurement of Air Traffic Controllers Rating Training ACS (Ref. No. E-VV 26/16), an irrevocable and unconditional Performance Security for an amount corresponding to 10% of the Contract Price, payable on the first demand and without the right to objection, valid until the July 01, In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) Page 15 od 18

16 Appendix 6 Statement of Acceptance of All Terms and Conditions stated in the Request for tenders We hereby declare that we, as a Tenderer in the tendering procedure for awarding the public services contract as set out in Annex II. B of the Public Procurement Act for training of air traffic controllers Rating Training ACS (Ref. No. E-VV 26/16) have read and fully understood all terms and conditions of the Request for Tenders. We furthermore declare that we accept all terms and conditions stated in this Request for Tenders and we undertake that, should our offer be selected, we shall carry out the subject matter of the procurement pursuant to the provisions of this Request for Tenders. In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) Page 16 od 18

17 Appendix 7 Statement of Integrity In the context of the public procurement procedure for the procurement of Air Traffic Controllers Rating Training ACS (Ref. No. E-VV 26/16), we, the undersigned Tenderer, hereby undertake to act with integrity in the said procedure and to avoid any practices that are strictly prohibited in an open tendering procedure (in particular any acts involving corruption or fraud, offering, giving or promising any undue advantage that may influence the action of an employee). We also express our agreement with the revision of the whole procedure by independent experts and accept the responsibility and certain sanctions (for example liquidated damages, unconditional termination of contract) should the aforementioned rules be breeched. In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) Page 17 od 18

18 Appendix 8 Statement for having at disposal the experts who shall participate in the performance of the Contract Hereby we confirm that we have at our disposal the experts who shall participate in the performance of the contract for training of air traffic controllers for Rating Training ACS (E-VV 26/16), and who have the expert knowledge and experience required of the performance of aforementioned services. The list of the experts who shall perform the aforementioned services forms an integral part of this statement. In On Signature and seal Name of the Tenderer s authorized person: Title: Duly authorized to sign on behalf of: (Name of the Tenderer) Page 18 od 18

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

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

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

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

More information

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PROCUREMENT OF INSURANCE SERVICES FOR THE HUDUMA KENYA STAFF TENDER NO.MPYG/HKS/T13/2017-2018

More information

NATIONAL BIOSAFETY AUTHORITY

NATIONAL BIOSAFETY AUTHORITY NATIONAL BIOSAFETY AUTHORITY RESTRICTED TENDER FOR PROVISION OF CONSULTANCY SERVICES FOR RECRUITMENT OF CHIEF EXECUTIVE OFFICER TENDER NO NBA/RE/01/2017/2018 NATIONAL BIOSAFETY AUTHORITY LOCATED AT COMMISSION

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

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

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

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

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

Once you have gathered all the information required please send to Key Travel s visa department

Once you have gathered all the information required please send to Key Travel s visa department Dear Applicant, Thank you for choosing Key Travel to handle your visa application to Saudi Arabia Your visa pack contains: Embassy Information Visa requirements for Business, Family visit and Work visas

More information

VOLUME 2 SECTION 1 CONTRACT FORM

VOLUME 2 SECTION 1 CONTRACT FORM VOLUME 2 SECTION 1 CONTRACT FORM WORKS CONTRACT FOR EUROPEAN UNION EXTERNAL ACTIONS NO 1/14 FINANCED FROM THE EU GENERAL BUDGET Between GRAD BELI MANASTIR, ULICA KRALJA TOMISLAVA 53, 31300 BELI MANASTIR

More information

REQUEST FOR QUOTATION (RFQ) (Drafting design and engineering specifications for a biogas plant)

REQUEST FOR QUOTATION (RFQ) (Drafting design and engineering specifications for a biogas plant) REQUEST FOR QUOTATION (RFQ) (Drafting design and engineering specifications for a biogas plant) NAME & ADDRESS OF FIRM DATE: February 26, 2017 REFERENCE: RFQ/UNDP/ BGP/2017 Dear Sir / Madam: We kindly

More information

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

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

More information

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

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

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

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

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

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production] DATE: [25/01/2017] REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF [Documentary movie production] CLOSING DATE AND TIME: 07/03/2017 23:59 hrs

More information

UNICEF MOLDOVA United Nations Children s Fund Telephone

UNICEF MOLDOVA United Nations Children s Fund Telephone UNICEF MOLDOVA United Nations Children s Fund Telephone 373 22 22 00 45 131, 31 August 1989 Str., Facsimile 373 22 22 02 44 UN House, Chisinau chisinau@unicef.org Republic of Moldova www.unicef.md Date:

More information

Once you have gathered all the information required please send to Key Travel s visa department

Once you have gathered all the information required please send to Key Travel s visa department Dear Applicant, Thank you for choosing Key Travel to handle your visa application to Saudi Arabia Your visa pack contains: Embassy Information Visa requirements for Business, Family visit and Work visas

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

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

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

TURKEY Trademark Regulations as last amended on October 2, 2002

TURKEY Trademark Regulations as last amended on October 2, 2002 TURKEY Trademark Regulations as last amended on October 2, 2002 TABLE OF CONTENTS PART I General Provisions Article 1 Object Article 2 Scope Article 3 Legal Foundation Article 4 Definitions Article 5 Place

More information

PART ONE INTRODUCTORY PROVISIONS. Subject matter of regulation and the scope of application. Article 1

PART ONE INTRODUCTORY PROVISIONS. Subject matter of regulation and the scope of application. Article 1 Pursuant to Article 9a of the Maritime Code (Official Gazette No 181/04, 76/07, 146/08, 61/11, 56/13 and 26/15), the Minister of the Sea, Transport and Infrastructure, with the consent of the Minister

More information

19 (including this cover page) and 11 pages Form of Contract

19 (including this cover page) and 11 pages Form of Contract Organization for Security and Co-operation in Europe Office in Baku Fund Administration Unit The Landmark, Nizami 96, AZ1010 Baku Telephone: +994124972373 Telefax: +994124972377 13 October 2008 TO: Attn:

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

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

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

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

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 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

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

Happy Delay General Terms and Conditions Version: February 9, 2019

Happy Delay General Terms and Conditions Version: February 9, 2019 Happy Delay General Terms and Conditions Version: February 9, 2019 Index Article 1 - Definitions Article 2 - Scope of application Article 3 - Offer by Happy Delay Article 4 - Claim Sale Agreement Article

More information

DATE: 10/06/2016. INVITATION TO BID: No. ITB UNHCR/PMCS/2016/GOODS/766

DATE: 10/06/2016. INVITATION TO BID: No. ITB UNHCR/PMCS/2016/GOODS/766 DATE: 10/06/2016 INVITATION TO BID: No. ITB UNHCR/PMCS/2016/GOODS/766 FOR THE SUPPLY OF FOUR REFURBISHED MB1017 TRUCKS WITH SPARE PARTS KIT FOR 50,000 KM CLOSING DATE AND TIME: 27/06/2016 23:59 hrs CET

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

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) REQUEST FOR QUOTATION (RFQ) 03/16/2016 Dear Sir / Madam: We kindly request you to submit your quotation for Provision of Hotel accommodation for the upcoming Training Course on 15 20 June, 2016 in Marina

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

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/ TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/2015 2016 11 TH FLOOR, NATIONAL BANK BUILDING, HARAMBEE AVENUE P.O. BOX 58535-00100 TEL: +254 02 3244000 FAX: +254 02 3244277/377

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

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

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

More information

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

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

REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF

REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF DATE: [21/03/2016] REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF ICT Infrastructure for the 4 th & 5 th floors in Alexandria Field Office

More information

DOCUMENT No. 1 TENDER NOTICE

DOCUMENT No. 1 TENDER NOTICE DOCUMENT No. 1 TENDER NOTICE 1 [[ TENDER NOTICE URGENT OPEN INTERNATIONAL INVITATION TO TENDER NO 020/CDC/GBM/ITB/16 FOR THE SUPPLY OF IRRIGATION MATERIALS FOR CDC GROUP BANANA DEPARTMENT OF 28/11/16 Tel.:

More information

Registered at the main office of the contracting authority under no... /... COVER LETTER

Registered at the main office of the contracting authority under no... /... COVER LETTER Form no. 1 ECONOMIC OPERATOR.... (Designation / name) Registered at the main office of the contracting authority under no... /... COVER LETTER To (designation of the contracting authority and full address)

More information

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO NATIONAL OIL CORPORATION OF KENYA TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS Framework contract AGPO TENDER NO. NOCK/PRC/03/ (1380)2017-2018 NATIONAL OIL CORPORATION KAWI HOUSE, SOUTH C, RED CROSS

More information

Legislative Decree No 195 of 19 November 2008 Amendments and integrations to currency legislation, implementing Regulation (EC) No 1889/2005

Legislative Decree No 195 of 19 November 2008 Amendments and integrations to currency legislation, implementing Regulation (EC) No 1889/2005 Legislative Decree No 195 of 19 November 2008 Amendments and integrations to currency legislation, implementing Regulation (EC) No 1889/2005 Having regard to Articles 76 and 87 of Italy s Constitution,

More information

Translation in English is for informative purposes only. Legally binding is text in Latvian.

Translation in English is for informative purposes only. Legally binding is text in Latvian. APPROVED with the Minutes No. VeA 2013/10/ERAF-01 of the sitting of the Procurement commission of the Ventspils University College of 16 th of April, 2013 NEGOTIATED PROCEDURE REGULATIONS Development of

More information

FRAMEWORK PARTNERSHIP AGREEMENT WITH INTERNATIONAL ORGANISATIONS

FRAMEWORK PARTNERSHIP AGREEMENT WITH INTERNATIONAL ORGANISATIONS FRAMEWORK PARTNERSHIP AGREEMENT WITH INTERNATIONAL ORGANISATIONS The European Union, represented by the European Commission, itself represented for the purposes of signature of this Framework Partnership

More information

INVITATION TO BID: No. ITB/2018/1147 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF VISIBILITY VESTS

INVITATION TO BID: No. ITB/2018/1147 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF VISIBILITY VESTS DATE: 14/08/2018 INVITATION TO BID: No. ITB/2018/1147 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF VISIBILITY VESTS CLOSING DATE AND TIME: 11/09/2018 23:59 hrs CET INTRODUCTION TO UNHCR

More information

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions Contract No.: FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender. DOCUMENTS INCLUDED IN CONTRACT Special Provisions

More information

ITALY Trademark Regulations

ITALY Trademark Regulations ITALY Trademark Regulations Presidential Decree No. 795 of May 8, 1948 as last amended by Presidential Decree No. 595 of December 1, 1993 ENTRY INTO FORCE: March 13, 1993 TABLE OF CONTENTS TITLE I DOCUMENTS

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

STANDARD TENDER DOCUMENT

STANDARD TENDER DOCUMENT STANDARD TENDER DOCUMENT SUPPLY AND DELIVERY OF 18.9L CLEAN DRINKING WATER FRAMEWORK AGREEMENT FOR THREE (3) YEARS (RESERVED FOR PERSONS LIVING WITH DISABILITY AND YOUTH) TENDER NO.KRA/HQS/NCB-061/2017-2018

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

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

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

SAUDI ARABIAN BUSINESS VISA

SAUDI ARABIAN BUSINESS VISA SAUDI ARABIAN BUSINESS VISA THANK YOU FOR CHOOSING VISA FIRST TO PROCESS YOUR VISA APPLICATION. THIS IS YOUR VISA FIRST APPLICATION PACK WHICH CONTAINS: INFORMATION ON THE DOCUMENTS YOU WILL NEED TO PROVIDE

More information

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS)

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS) REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS) TENDER NO. GMC/24/2017 2018/2018-2019 CLOSING 29 TH NOVEMBER,

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, Faridpur Faridpur Tower, Mujib Road, Niltuli, Faridpur Phone : 0631-63909,63809,63881-3 E-mail: faridpur@janatabank-bd.com T E N D E R D O C U M E N T FOR THE PROCUREMENT

More information

KIBABII UNIVERSITY PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES. Tender No. KIBU/60/

KIBABII UNIVERSITY PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES. Tender No. KIBU/60/ KIBABII UNIVERSITY PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES Tender No. KIBU/60/2017-18 TO: THE VICE CHANCELLOR, KIBABII UNIVERSITY TEL: 0734 831 729 or 0708 085 934 EMAIL: procurement@kibu.ac.ke

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

Registered at the main office of the contracting authority under no... /... COVER LETTER

Registered at the main office of the contracting authority under no... /... COVER LETTER Form no. 1 ECONOMIC OPERATOR.... (Designation / name) Registered at the main office of the contracting authority under no... /... COVER LETTER To (designation of the contracting authority and full address)

More information

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT GEOTHERMAL DEVELOPMENT COMPANY LIMITED TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT CLOSING DATE AND TIME: 18 th OCTOBER, 2017

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

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

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

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

Notaries Act. Passed RT I 2000, 104, 684 Entry into force

Notaries Act. Passed RT I 2000, 104, 684 Entry into force Issuer: Riigikogu Type: act In force from: 01.01.2011 In force until: 18.10.2013 Translation published: 25.02.2014 Amended by the following acts Passed 06.12.2000 RT I 2000, 104, 684 Entry into force 01.02.2002

More information

NATIONAL OIL CORPORATION OF KENYA. TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement

NATIONAL OIL CORPORATION OF KENYA. TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement NATIONAL OIL CORPORATION OF KENYA TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement NOCK/PRC/03(1220)2017-2018 NATIONAL OIL CORPORATION KAWI HOUSE, SOUTH

More information

Once you have gathered all the information required please send to Key Travel s visa department

Once you have gathered all the information required please send to Key Travel s visa department Dear Applicant, Thank you for choosing Key Travel to handle your visa application to Saudi Arabia Your visa pack contains: Embassy Information Visa requirements for Business, Family visit and Work visas

More information

NATIONAL LAW UNIVERSITY, ODISHA, CUTTACK (Established by Act 4 of 2008) OFFER DOCUMENTS For Purchase of Books for the University s Library. (Purchase Enquiry No. NLUO/LIBRARY/2018(3) Dt.26.11.2018) T h

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

PUBLIC PROCUREMENT ACT (ZJN-1)

PUBLIC PROCUREMENT ACT (ZJN-1) Page 1 of 71 NATIONAL ASSEMBLY 1893. Public Procurement Act (ZJN-1) Pursuant to Article 107 (1), second indent, and Article 91(1) of the Constitution of the Republic of Slovenia I hereby issue THE ORDER

More information

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/ KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, TRAINING AND COMMISSIONING OF A CABIN MOCK- UP EQUIPMENT FOR CABIN ATTENDANTS TRAINING FOR EAST AFRICAN

More information

INVITATION FOR BID Bid #1012 Ambulance Graphics

INVITATION FOR BID Bid #1012 Ambulance Graphics INVITATION FOR BID Bid #1012 Ambulance Graphics St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376

More information

Request for Tenders dated 11 November for the provision of. Consultancy Services to Review the Future Capacity Needs at Ireland s State Airports

Request for Tenders dated 11 November for the provision of. Consultancy Services to Review the Future Capacity Needs at Ireland s State Airports Request for Tenders dated 11 November 2016 for the provision of Consultancy Services to Review the Future Capacity Needs at Ireland s State Airports Tender Procedure: Open Procedure Tender Deadline: 06

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

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

THE COUNTY ASSEMBLY OF KITUI

THE COUNTY ASSEMBLY OF KITUI THE COUNTY ASSEMBLY OF KITUI STANDARD TENDER DOCUMENT TENDER REFERENCE NO. CAKITUI/T/18/2018-2019 PROVISION OF PLANT EQUIPMENT AND MACHINERY INSURANCE. P.O. Box 694 90200 KITUI EMAIL:kituiassembly@gmail.com

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

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

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 ENERGY REGULATORY COMMISSION 1ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD, UPPERHILL P.O. Box 42681 00100

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

Tender. for. Indian Institute of Technology Jodhpur

Tender. for. Indian Institute of Technology Jodhpur Tender for Supply & Installation of the Shaper at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/ENERGY/2/1(I)/2014-15/22 NIT Issue Date : 04 August 2014 Last Date of Submission : 28 August

More information

STANDARD TENDER DOCUMENT FOR PROVISION OF MASTER PLAN REQUISITES PLANNERS TUM/MPR/

STANDARD TENDER DOCUMENT FOR PROVISION OF MASTER PLAN REQUISITES PLANNERS TUM/MPR/ TECHNICAL UNIVERSITY MOMBASA STANDARD TENDER DOCUMENT FOR PROVISION OF MASTER PLAN REQUISITES PLANNERS TUM/MPR/2017-2018 OPENING DATE: 14 TH NOVEMBER 2017 CLOSING DATE: 27 TH NOVEMBER 2017 Issued by the

More information

KIBABII UNIVERSITY TENDER DOCUMENT FOR PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES FOR AND FINANCIAL YEARS

KIBABII UNIVERSITY TENDER DOCUMENT FOR PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES FOR AND FINANCIAL YEARS KIBABII UNIVERSITY KNOWLEDGE FOR DEVELOPMENT KIBABII UNIVERSITY TENDER DOCUMENT FOR PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES FOR 2016-2017AND 2017-2018 FINANCIAL YEARS Tender No. KIBU/ 53/2016-2018

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

Official Gazette of the Republic of Srpska Number 61/16 UNOFFICIAL TRANSLATION

Official Gazette of the Republic of Srpska Number 61/16 UNOFFICIAL TRANSLATION Official Gazette of the Republic of Srpska Number 61/16 UNOFFICIAL TRANSLATION Pursuant to Article 7, paragraph 2, indent 7, of Article 9, paragraph 1, indent 2, Article 60, paragraph 10 and in connection

More information

SUPPLY AND DELIVERY OF BEEF CUBES, GOAT MEAT, CHICKEN LEGS AND EGGS

SUPPLY AND DELIVERY OF BEEF CUBES, GOAT MEAT, CHICKEN LEGS AND EGGS KENYA WATER INSTITUTE P.O. BOX 60013 00200, NAIROBI. TEL: 0722 207757 (020)-6003893/6003905/6007448 FAX: (020)-6006718 Email.info@kewi.or.ke Web: www.kewi.or.ke SUPPLY AND DELIVERY OF BEEF CUBES, GOAT

More information

LETTER OF MUTUAL INTENT TO CONCLUDE A PROJECT PARTNERSHIP AGREEMENT

LETTER OF MUTUAL INTENT TO CONCLUDE A PROJECT PARTNERSHIP AGREEMENT Agreement Symbol: Business Unit / YYYY / Letter Number Partner Logo or Stamp LETTER OF MUTUAL INTENT TO CONCLUDE A PROJECT PARTNERSHIP AGREEMENT Dear [name of Partner s representative], I should like to

More information

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

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

More information

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

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

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

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY P.O. Box 100-30100 ELDORET. TENDER DOCUMENT FOR PROVISION OF INSURANCE SERVICES. TENDER NO.UGCA /T/007/2017/2018 Tel: (053) 2062077 (053) 2033507 Email:ugcountyassembly@gmail.com

More information