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

Similar documents
SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

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

Trócaire General Terms and Conditions for Procurement

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

AGREEMENT OF SALE BY AND BETWEEN THE PHILADELPHIA PARKING AUTHORITY AND.

Section III. Contract for Supply and Delivery of Goods

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

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

Company Policies CHEMIDOSE LIMITED. Chemical dosing specialists

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

Central Unified School District Request for Proposal

MINOR SERVICES AGREEMENT FORM

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

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

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

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

STANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Client Order Routing Agreement Standard Terms and Conditions

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

FLORIDA DEPARTMENT OF TRANSPORTATION

+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE

ORANGE AND ROCKLAND UTILITIES, INC. CONSOLIDATED BILLING AND ASSIGNMENT AGREEMENT

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

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

Custodian Agreement. as Client. and. Butterfield Bank (Cayman) Limited as Custodian. Butterfield Bank (Cayman) Limited IS4-12

CONSULTANCY SERVICES AGREEMENT

TOYOTA KENYA LIMITED

THE TECHNICAL UNIVERSITY OF KENYA

PART I - GENERAL INFORMATION

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

SALES REPRESENTATION AGREEMENT *** SPECIMEN ONLY *** THIS AGREEMENT made and entered into by and among. , a. Specimen

UV-Visible Spectrophotometer

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

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

PROPOSAL SUBMISSION AGREEMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

SALES REPRESENTATION AGREEMENT. This Agreement, entered into as of this day of,20,by and between

DIABETIC SUPPLIES REBATE AGREEMENT

CONSULTANT AGREEMENT

Conditions of Contract for Purchase of Goods and Services

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

The terms defined in this Article shall have the meanings ascribed to them herein whenever used in this Agreement :

Terms and Conditions of Outward Interbank Giro System and Automated Payment System Plus

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

General Terms of Contract

Purchase Agreement (Services)

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

PaxForex Introducing Broker Agreement

EMC Proven Professional Program

SPONSORSHIP AGREEMENT

CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME)

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

CHEMELIL SUGAR COMPANY LIMITED

Request for Proposal. RFP # Non-Profit, Sports Photography

Invitation to Submit Tenders

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

JOINT MARKETING AND SALES REFERRAL AGREEMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

E-Channels Customer Master Agreement - HSBCnet (Business) Customer Details. Full Customer (Company) Name: Address: Emirate: Postal Code / PO Box:

BASF Tanzania Limited Standard Terms and Conditions of Sale

SCHERING-PLOUGH (AVONDALE) COMPANY (REGISTERED BUSINESS NAME OF SCHERING-PLOUGH (IRELAND) COMPANY) PURCHASE ORDER TERMS AND CONDITIONS

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

Purchase Agreement (Goods)

HOPE CONSTRUCTION MATERIALS. General Conditions. of Contract for. the purchase and. supply of. goods, plant, and materials with services (UK only)

This sample materials license is provided for illustrative purposes only. Any actual agreement may be subject to change.

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

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

DISTRIBUTION TERMS. In Relation To Structured Products

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

HOSTED SERVICES AGREEMENT

National Patent Board Non-Binding Arbitration Rules TABLE OF CONTENTS

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

Website Development Agreement

LICENSE AGREEMENT THIS AGREEMENT is dated the of, 2014.

AGREEMENT FOR THE SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF PASTA COOKER (STEAM OPERATED) AT SATS INFLIGHT CATERING CENTRE 1.

Standard Bidding Documents. For. KMU Annual report

Dated this day of 201X. Between. [ ] (Company No.: [ ]) ( XYZ ) And. [ ] (Company No.: [ ]) ( Company ) SERVICE AGREEMENT

EXHIBIT 10.4 FORM OF ADMINISTRATIVE SERVICES AGREEMENT. THIS AGREEMENT made effective the day of December 2006; BY AND BETWEEN:

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

Bid #15-15 Goodyear Tires

CITY OF HOPKINSVILLE

STANDARD TERMS AND CONDITIONS OF SALE as applicable to an application for credit and INCORPORATING A SURETYSHIP

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

Remote Support Terms of Service Agreement Version 1.0 / Revised March 29, 2013

GAC GLOBAL HUB SERVICES HUB AGENCY STANDARD TERMS AND CONDITIONS. 1.1 In this Agreement, the following words shall have the following meanings:

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Anglo American Procurement Solutions Site

Transcription:

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 OF... 2 THE REQUEST FOR PROPOSALS... 3 DEFINITIONS AND ABBREVIATIONS:... 4 SECTION A - INSTRUCTION TO BIDDERS... 5 ARTICLE 1 - TENDER PROCESS DEADLINES... 5 ARTICLE 2 - PACKING AND LABELLING OF PROPOSALS... 6 ARTICLE 3 - SUBMISSION OF PROPOSALS... 6 ARTICLE 4 - PROPOSAL CONTENTS... 7 ARTICLE 5 - BID BOND... 8 ARTICLE 6 - PERFORMANCE BOND... 8 ARTICLE 7 - RFP TERMS AND CONDITIONS... 8 ARTICLE 8 - VALIDITY OF PROPOSAL:... 8 ARTICLE 9 - INCOMPLETE AND LATE OFFERS... 8 ARTICLE 10 - INQUIRIES... 9 ARTICLE 11 - ALTERATION OF PROPOSAL... 9 ARTICLE 12 - BIDDER RESPONSIBILITY... 9 ARTICLE 13 - ELIGIBLE BIDDER... 9 ARTICLE 14 - COSTS FOR PREPARING PROPOSALS... 10 ARTICLE 15 - CLARIFICATION... 10 ARTICLE 16 - EVALUATION OF PROPOSALS... 10 ARTICLE 17 - AMENDMENTS... 10 ARTICLE 18 - CONFIDENTIALITY... 11 ARTICLE 19 - OWNERSHIP OF PROPOSALS... 11 ARTICLE 20 - BID CANCELLATION... 11 ARTICLE 21 - SIGNATURE OF THE CONTRACT(S)... 11 ARTICLE 22 - GOVERNING LAW AND LANGUAGE... 11 SECTION B TERMS OF REFERENCES... ERROR! BOOKMARK NOT DEFINED. ARTICLE 1 - GENERAL BACKGROUND AND HAAD OBJECTIVES... 12 ARTICLE 2 - PURPOSE AND OBJECTIVES OF THE RFP... 12 ARTICLE 3 - SCOPE OF WORK... 12 ARTICLE 4 - CAPABILITIES OF SELECTED BIDDER... 12 ARTICLE 5 - PROJECT MANAGEMENT... 13 ARTICLE 6 - PERIOD OF PROJECT EXECUTION... 13 ARTICLE 7 - REQUIREMENTS... 13 SECTION C DRAFT CONTRACT AGREEMENT AND CONDITIONS... 14 ANNEX 1 TECHNICAL SPECIFICATION... 24 ANNEX II EVALUATION CRITERIA AND SCORES... 25 ANNEX III FINANCIAL TEMPLATE.26 2 / 21

The complete Request for Proposal shall include the following: Section A: Instructions to Bidders Section B: Terms of References Section C: Draft of the Agreement Annexes: Annex I : Scope of Work Annex II : Evaluation criteria Annex III : Financial Template 3 / 21

Definitions and Abbreviations: The terms used herein this RFP and the subsequent contract shall have the following meanings: Government Contracting Authority/ HAAD RFP Bidder Days Service Supplier UAE DHS/AED Government of Abu Dhabi. Health Authority- Abu Dhabi Request for Proposal A legal entity entitled to submit proposal in respond to this bid Calendar days Supplying HAAD needs from required services The awarded bidder selected to perform the service specified in the RFP United Arab Emirates UAE currency final destinations Abu Dhabi Mortuaries in : Abu Dhabi Al Ain Western region 4 / 21

Section A Instruction to Bidders Note: All Bidders MUST STRICTLY ADHERE to all instructions, forms, Terms of reference, contract provisions and specifications contained in this bidding document. Failure to submit a proposal containing all the required information and documentation within the deadline specified will lead to the rejection of the proposal and will not be considered for the evaluation. Article 1.Tender process deadlines Subject Deadline Deadline for requesting any clarifications from the Health Authority Last date on which clarifications are issued by the Health Authority 22/05/2012 24/05/2012 Deadline for submission of proposals 31/05/2012 Public bid opening of technical proposal to all participated bidders in the tender. Date: June04,2012 Time: 10:00 am Terms for attending the Public Bid opening session: The bidder s representative who wishes to attend the public bid opening should hold authorization letter stating his ID no. (Passport no.) signed and stamped by the authorized person in his company Venue: meeting room 2 nd floor HAAD building (address stated below in Article 3/section A) 5 / 21

Article 2.Packing and Labelling of Proposals Each submitted proposal must comprise a Technical offer and a Financial offer, each of which must be submitted separately in sealed envelopes (see article 3). Each Technical offer and financial offer must contain one original, clearly marked "Original", and 2 copies, each marked "Copy". Failure to respect the requirements in Article 03 and 04 will constitute a formal error and will result to rejection of the proposal Article 3.Submission of Proposals Proposals must be submitted either by recorded delivery (official postal service) or hand delivery directly to the Contracting Authority in return for a signed and dated receipt to the following address: Mr. Sultan Al Marzouqi Section Head, Procurement and General Services Attn. Mr. Ashraf Al-barasy Health Authority Abu Dhabi P.O. Box 5674 Finance Department 2 nd floor Proposals submitted by any other means (i.e, fax or e-mail) will be rejected The outer envelope should carry the following information: a) The address for submission of proposal indicated above; b) The reference code of the bid to which the bidder is responding (..././HAAD/PT/2012); c) The name of the bidder. Note: The pages of the Technical and Financial offers must be numbered. 6 / 21

Article 4.Proposal Contents 1.1. Technical offer *Note: after the bid opening and in case bidder did not submit the required documents stated below, the proposal will be administratively rejected without further consideration or clarification for review The Technical offer must include the following documents: Document Title Check list Y/N Table of contents, including page numbers Full contact details of the key person in the company in case of any clarification requirements *Letter of Submission on the contractor letterhead signed and stamped by the person in charge or companies authorized representative acknowledging the supplier s agreement of the terms and conditions of this RFP and certifying that all information offered in the submitted proposal are true, accurate, and complete. *An executive summary, demonstrating the bidder s understanding of the RfP s requirement, including the specification of requested item, delivery schedule, available stock Audited financial statement for the past years Unconditional Bid bond (Section A/ Ref. Article 5) Copy of valid trade license / legal registration, Documents/ agency registration in the UAE Business references from different clients that shows that the bidder has a satisfactory performance record. References can be letter of references from entities for which the bidder has performed services of similar nature. Bidder is required to include details of points of contact (name, address, telephone number, etc.) for such references. Soft copy of the technical proposal ONLY with no reference to commercial offer Submit Catalogs where applicable Note: After the bid opening of the TECHNICAL proposals and in case any bidder did not submit the required documents state above, the proposal will be administratively rejected without further consideration for review. 7 / 21

REVEALING THE FINANCIAL OFFER IN TECHNICAL OFFER WILL LEAD TO THE REJECTION OF THE PROPOSAL. Failure to submit the bid bond on time of the closing of the tender submission will lead to the rejection of the proposal. 1.2. Financial offer The Financial offer must be presented as an amount in U.A.E currency (DHS), inclusive of all applicable tariffs and /or taxes and must be submitted using the attached template in filling the prices (Annex III). Bidder has to put the prices showing the unit price per item intended to be proposed. Prices shall be inclusive of all applicable taxes all inclusive of supply and delivery to HAAD destinations, Payments under this contract will be made in U.A.E currency (DHS). The hard copy of the priced list should be submitted stamped and signed. Soft Copy (CD) of financial offer and Annex III. Article 5.Bid Bond The bidder must submit in his proposal a bid bond for an amount AED50,000 in Technical Proposal. The bid bond shall be unconditional, valid for 120 days starting from the closing date of the proposal submission date and addressed to the Health Authority Abu Dhabi. Article 6.Performance Bond Supplier shall submit performance bond for an amount 10% of the total order value as unconditional bank guarantee from a bank licensed and operating in the UAE only. Article 7.RFP Terms and Conditions Failure to accept the terms and conditions of this RFP at time of submission of proposal may result in giving the award to the next bidder. Article 8.Validity of Proposal Proposal must remain valid and open for the acceptance of HAAD for 120 days from the RFP closing date. Proposals specifying shorter acceptance period will be considered nonresponsive proposal. Article 9. Incomplete and Late Offers: Incomplete and late proposals will not be accepted. It is the bidder responsibility to ensure that the proposal is submitted complete, on time and in accordance with the RFP terms and conditions. Late proposals shall be returned back unopened. 8 / 21

Article 10. Inquiries Bidders may submit questions in writing either through fax or e-mail to the following address before the deadline stated in the above timetable, Contact name Ashraf Al-barasy Procurement Officer Fax no. 0097124496969 E-mail: aalbarasy@haad.ae Any clarification to be issued by the Contracting Authority will be communicated in writing to the bidder before the deadline stated in the timetable above. No further clarifications will be given after this date. Article 11. Alteration of Proposal Bidders may alter their proposals by written notification prior to the deadline for submission of proposals stated in this RFP. No proposals may be altered after this deadline. Article 12. Bidder Responsibility It is the responsibility of each bidder before submitting a proposal: a) To consider federal and local laws and regulations that may affect costs, progress, performance or furnishing of the service. b) To study and carefully correlate bidder s knowledge and observations with the contract documents and such other related data. c) To promptly notify the section Head of Procurement & General Services of all conflicts, errors, ambiguities, or discrepancies which bidder has discovered in or between the contract documents and such other related documents. d) Article 13. Eligible Bidder Bidders considered eligible to submit proposal is defined as the entity /organization that is legally registered to do business in UAE and can provide a valid certificate of legal registration/ trade registration licence. Article 14. Costs for preparing proposals Under no circumstances will HAAD be liable for any costs incurred in connection with the preparation and submission of the proposal even if the Contracting Authority decides to reject all the proposals or cancel the bid. Article 15. Clarification During the evaluation process, HAAD may request additional information from bidders if it is necessary for further clarity in regards to the submitted proposal. Article 16. Evaluation of proposals The evaluation process will identify and recommend the proposal which is technically superior at reasonable price. 9 / 21

The weight of the technical factors = 60% The weight of the price = 40% ( will be calculated based on the total of the average of the unit prices in Annex III Only proposals with average scores of at least 70 points in the technical evaluation criteria set out at Annex I qualify for the financial evaluation. A) Technical Evaluation of Bids The technical quality of each bid will be evaluated in accordance with the evaluation criteria specified in Annex II of this RFP document. No other evaluation criteria will be used. The evaluation criteria will be examined in accordance with the requirements stated in this RFP B) Evaluation of Financial Offers Upon completion of the technical evaluation, the financial offers of those bidders who passed the technical evaluation stage will be opened. Article 17. Amendments During the proposal submission period, if the Contracting Authority decides to modify/ change any requirement/s of the RFP the modification/s shall be released through the issuance of an amendment to the RFP. Amendment will be issued in writing and will be sent to all bidders Article 18. Confidentiality The entire evaluation procedure is confidential and all proposals are for official use only and may not be communicated neither to the bidders nor to any party other than the Contracting Authority. Article 19. Ownership of Proposals The Contracting Authority retains ownership of all proposals received under this bidding procedure. Consequently, bidders have no right to have their proposals returned to them. Article 20. Bid Cancellation Contracting Authority has the right at any stage in the bidding process to cancel the whole bid without the need to give a reason to any of the bidders. Bidders will be notified in writing of the cancellation of the by the Contracting Authority. Article 21. Signature of the contract(s) The successful bidder will be notified in writing of the award. Within one week of notification of Award the bidder has to send its authorized representatives for signing the final contract 10 / 21

on a standard form as determined by the Contracting Authority. HAAD reserves the right to award all the RFP parts, partial or none of the RFP based on offer evaluation. Article 22. Governing Law and Language 22.1. This Tender and subsequent contract is subject to and shall be construed according to the applicable laws and regulations of the United Arab Emirates, the Emirate of Abu Dhabi and HAAD polices. 22.2. The Tender, subsequent contract, and all notices pursuant to the provisions thereof shall be in English. 11 / 21

Section B Terms of References Article 1 - General background and HAAD objectives Health Authority Abu Dhabi (HAAD) is the regulatory authority for health services in the Emirate of Abu Dhabi. HAAD develops the strategy and a policy for the Emirate s health system based on HAAD regulates both public and private sector healthcare clinics, as well as health insurance providers within the Emirate of Abu Dhabi. HAAD s vision is to develop healthy communities and ensure that the highest quality healthcare services are delivered to the population of Abu Dhabi. Sustainable healthcare practices are a key component of HAAD s mission to promote community health and are in keeping with international best practices for total quality management. Article 2 - Purpose and Objectives of the RFP HAAD would like to enter call off Agreements for Supply of Coffins Boxes. The Agreements shall be based on fixed prices not subject to change for Two years from the date of its signatures and can be extended for one more year. Article 3 - Scope of Work: The selected supplier is expected to supply the required Coffins boxes as per needed. The coffin boxes should meet the requirement as per Annex I Article 4 - Capabilities of selected bidder: The selected bidder is expected to possess the following capabilities as a minimum: 1) Minimum of five years experience in the UAE market. 2) Market Goodwill 3) Demonstrate the ability to supply on demand Article 5 Project Management 5.1 Responsible body HAAD will assign a Project Manager who will be responsible for follow up and monitoring the work progress with the selected bidder/bidders during the contractual period. HAAD will be responsible for involving other key stakeholders within the Healthcare Sector, as deemed necessary. Article 6 Period of Execution The period of execution of the whole project will be a maximum of 24months starting from the commencement date to be stated in the signed Contract. Article 7 General Terms 1. The vendor shall be responsible to ensure the availability of items on stock in regular basis, all items has to be a delivered to the final destination within one day from receiving the request for delivery (either through fax, e-mail,..) 2. In case of deficiency or broken items, the Vendor shall be responsible to replace the item immediately on his own costs. 12 / 21

Section C- Draft Terms and Conditions This agreement is entered into this - --Day of January, Two Thousand And Twelve by and between Health Authority - Abu Dhabi (the "Contracting Authority ) having its principal place of business at Air port Road - P.O Box: 5674 Abu Dhabi United Arab Emirates, And; ------------------------------------ (the Consultant ) having its / their principal place of business located at... WHEREAS: The Contracting Authority has issued a request for proposal number ---------------------- ------ with a view to selecting a qualified professional Vendor to supply HAAd with Coffin boxes for Abu Dhabi Mortuaries. hereinafter collectively referred to as ( the Itesm ), Now therefore the Parties to this Agreement hereby agree as follows: Article 1 - Structure of the contract The Consultant will carry out the services on the terms and conditions set out in this Agreement, which comprises, in order of precedence, these terms and conditions ("Special Conditions") set out in this document and the following schedules and annexes: Annex I: Request for Proposal no.:.../s/haad/pt/2012 Annex II: Vendor s proposal dated..., 2011 Article 2 - THE CONTRACT PRICE AND PAYMENTS 5.1 In consideration for delivering the REQUIRED WORK in full conformity with the AGREEMENT, the AUTHORITY shall pay to the SUPPLIER the price for purchased items as listed in Annexure - in the manner set forth below as full and final remuneration. 5.2 The SUPPLIER shall submit to the AUTHORITY detailed monthly invoices in respect of the SERVICE delivered for each month. The invoices shall be supported by all necessary documentation. 5.3 The AUTHORITY representative shall review the SUPPLIER S invoices and, if deemed to be in accordance with the AGREEMENT, the representative shall approve said invoice and make payment to the SUPPLIER within THIRTY (30) days from the receipt of invoice. 5.4 The AUTHORITY representative shall have the right to make the necessary 13 / 21

adjustments to the SUPPLIER S invoice for: a) Failure to deliver the SERVICE in accordance with the AGREEMENT. b) Any other matter provided for under this AGREEMENT. Article 3 - GENERAL OBLIGATIONS a. 4.1 All delivery notes and invoices for the required work shall bear this AGREEMENT s number, place of delivery and quantity. Unit price and total price are to be shown on each invoice. b. 4.2 Partial delivery is allowed, provided that the SUPPLIER undertakes to effect delivery within the required date stated in the LPO. Quantities which will not be delivered by the end of the required calendar date (s) will justify an action by the Authority to impose penalty to be determined by the Authority.. c. 4.3 The SUPPLIER agrees to deliver the REQUIRED WORK to the AUTHORITY. The place of delivery of REQUIRED WORK will be stated on every LPO/FAX Order and the SUPPLIER agreed to abide by the place and time of delivery stated on the respective LPOs/FAX Orders. The Authority shall have the right to change or stipulate on the LPO/FAX Order that the delivery of the REQUIRED WORK be divided between different or made to separate destinations. d. 4.4 LPO/FAX order will be submitted to the SUPPLIER directly by the SERVICE ORDER (SO) with copy to respective finance division. e. 4.5 The SERVICE ORDER (SO) will order, as per the requirements, from time to time in varying quantities and there will not be any ceiling on the commutative value/quantity. f. 4.6 The SUPPLIER confirms that the issued PO by SERVICE ORDER to the SUPPLIER will be considered officially received by him on the same day it was dispatched if it has been sent by fax to his recorded address contained herein or last recorded with the Authority or on the day it was delivered by hand to the SUPPLIER's representative. g. 4.7 The Number of the required coffin boxes might increase/ decrease based on the demand. Supplier has to supply according to the need. Article 4 - TERMINATION TERMINATION WITHOUT CAUSE 6.1 The AUTHORITY may terminate this AGREEMENT at any time by one-month notice in writing to the SUPPLIER. TERMINATION WITH CAUSE 6.2 This AGREEMENT shall be terminable by the AUTHORITY immediately without notice if the SUPPLIER: a. Fails to commence and proceed with the delivery of the SERVICE with due diligence after being required to do so by the AUTHORITY; or b. Fails to deliver the SERVICE to such standards as the AUTHORITY in its absolute discretion shall think appropriate having regard to the declared aim of the AUTHORITY and the AUTHORITY detailed in the preamble hereto and continues or repeats such failure after written warning; or 14 / 21

c. Is in breach of any of its other obligations hereunder and fails to remedy the same or take appropriate steps to secure the remedy of the same to the satisfaction of the AUTHORITY within 24 hours of being required so to do by notice in writing from the AUTHORITY; or d. Refuses or neglects to carry out written instructions issued to it by the normal course; or e. Ceases or appears or threatens not to carry on business in the normal course; or f. Enters into liquidation (whether voluntarily or compulsorily) or has a winding up order made against it or calls a meeting of its creditors or suffers any execution or distress to be levied upon its property. 6.3 If the AUTHORITY exercises such right to terminate, it may thereupon take such steps, as it deems necessary to place the LPOs/FAX Orders with a third party of its choice. The SUPPLIER shall be liable to the AUTHORITY for all damages directly or indirectly arising from such termination. This right to terminate the obligations of the SUPPLIER and to demand payment for such damages shall be in addition to the AUTHORITY S other legal rights whether the same is specified herein or not. 6.4 If the AUTHORITY exercises such right to terminate this AGREEMENT, either with cause or without cause, it shall not be liable to pay to the SUPPLIER any further amounts (if any) in respect of this AGREEMENT until (i) the completion of the delivery of the remaining portion of SERVICE, if any and (ii) the costs of delivery and replacement of the SUPPLIER, damages and all other expense carried or incurred by the AUTHORITY have been ascertained. If such costs, damages and expense exceeds the sum which would have been payable to the SUPPLIER on due delivery by it, then the SUPPLIER shall upon demand pay to the AUTHORITY the amount of such excess and it shall be deemed a debt due by the SUPPLIER to the AUTHORITY and shall be recoverable accordingly. 6.5 Such termination of the SUPPLIER S work hereunder shall not release the SUPPLIER from any of its obligations and liabilities under this AGREEMENT or affect the rights and authorities conferred on the AUTHORITY by this AGREEMENT Article 5 - INFORMATION, NOTICES AND CLAIMS 7.1 The SUPPLIER shall provide to the AUTHORITY at such times and at such frequency as the AUTHORITY may direct such reports, accounts, notices, detailed particulars and / or others documents or information and whether verbally or in writing as the AUTHORITY shall require. 7.2 The AUTHORITY shall have no liability whatsoever to the SUPPLIER in respect of any circumstances or reasons that may affect the performance or the cost of purchasing the SERVICE; the SUPPLIER shall be deemed to have satisfied itself as to the correctness and sufficiency of the CONTRACT PRICE. 15 / 21

Article 6 - CONFIDENTIALITY 8.1 The SUPPLIER will ensure that neither the SUPPLIER nor any of its employees, or others with whom it has a contractual relationship will at any time divulge or make known, or allow to be made known, any information of a confidential nature relating to the AUTHORITY or its business or affairs. In the event that such disclosure shall be in compliance with any request for information or reporting requirements of the Government of Abu Dhabi and / or any government agency within the United Arab Emirates or shall be required by a law of the United Arab Emirates and / or the Emirate of Abu Dhabi, the SUPPLIER shall obtain the prior written consent of the AUTHORITY before releasing any information of a confidential nature. 8.2 The SUPPLIER shall take all steps that shall be necessary or appropriate in order that his employees, agents and representatives adhere to the provisions of this Article. Article 7 - SUB-CONTRACTING 9.1 The SUPPLIER shall not sub-contract any part of the delivery of the SERVICE under this AGREEMENT without the prior written consent of the AUTHORITY. Such consent shall not relieve the SUPPLIER of any of his obligations hereunder or create any contractual relations between the AUTHORITY and the other Suppliers. 9.2 In case the AUTHORITY consents to the subcontracting of this AGREEMENT as stated in Sub Article 9.1, the SUPPLIER shall be fully responsible for any part of the required work to be delivered by his sub-contract and for their acts and omissions and those persons either directly or indirectly employed by them to the same extent as he shall be for the acts and omissions of persons directly employed by him. 1. FORCE MAJEURE 10.1 The term Force Majeure as employed herein shall mean any cause beyond the control of the PARTIES which they could not have reasonably anticipated, including strikes (excluding strikes occurring among the employees of the SUPPLIER or his Other SUPPLIERs), lockouts, earthquakes, fires, riots, incendiaries, interference by civil or military authorities, absence or inability to obtain from the market any supplies (which absence or inability is not attributable to the SUPPLIER S actions or omissions), compliance with laws, regulations or orders of any regulatory authority or acts of war provided that such event of force majeure affects directly the performance of the PARTIES under this AGREEMENT. 10.2 In any instance where an act of default or delay is attributable to an act of Force Majeure, then the Parties will consult with each other and agree upon the appropriate measures that need to be taken in order to mitigate and minimize the unfavorable consequences of such delay or default. In any case, neither PARTY shall be liable for delays caused by Force Majeure. 2. SETTLEMENT OF DISPUTES Should a dispute arise between the PARTIES arising out of this AGREEMENT or the performance by the SUPPLIER of its obligations hereunder, the PARTIES will meet and 16 / 21

attempt to come to an equitable agreement, but in the event that they fail to reach such agreement within one Gregorian month of the date when the existence of such dispute shall have been identified or such extended date as they may agree, the dispute shall be referred to and settled by the competent court of the Emirate of Abu Dhabi. 3. APPLICABLE LAW 12.1 The laws of the United Arab Emirates and the Emirate of Abu Dhabi shall govern the operation, validity and construction of this AGREEMENT. 12.2 The SUPPLIER shall hold harmless, defend and indemnify the AUTHORITY from and against any liability or penalty which may be imposed by Abu Dhabi or the UAE Governmental Authorities on the AUTHORITY by reason of any alleged violation or violation of the laws of Abu Dhabi or the UAE arising out of his acts or omissions or of those of his employees while performing the SERVICES. 4. NO AGENCY Nothing herein shall constitute the parties as neither partners nor constitute either as the agent of the other. 5. ENTIRE AGREEMENT This AGREEMENT and the terms and conditions of Tender (#) embodies the entire agreement between the SUPPLIER and the AUTHORITY with respect to the REQUIRED WORK and supersede all prior agreements, negotiations, understandings, representations and warranties, whether written, oral or otherwise and in particular any standard terms customarily issued by the SUPPLIER. For greater certainty, the language of any document used by the AUTHORITY to communicate with the SUPPLIER and any terms or conditions that could be implied on the basis of trade custom, business efficacy or otherwise are expressly excluded. No changes, amendments or modifications of the terms or conditions of this AGREEMENT shall be valid unless executed in writing and signed by both PARTIES. 6. LANGUAGE The Language to be applied during the placing of LPOs/FAX Orders or delivery of the SERVICE is the English Language. All documents and correspondence to be exchanged between the PARTIES and all reports prepared by the SUPPLIER for the AUTHORITY shall be in English. 7. WAIVER No waiver by a PARTY of any breach of these terms shall take effect or be binding upon the PARTY unless it is in writing and signed by the PARTY and, unless otherwise expressly stated therein, any waiver shall be limited to the specific breach waived. 8. INCREASES OR DECREASE IN COST No adjustment shall be made to the CONTRACT PRICE in respect of increases and / or decreases in the costs of labor, material, or the like 9. NOTICES 17 / 21

Any demand, notice or other communication to be given in connection herewith shall be given in writing in the English language and shall be given by personal delivery or by electronic communication addressed to the recipient as follows: To the AUTHORITY: At: P O Box 5674 Abu Dhabi Fax No: +971 2 For the attention of: E-mail To: To the SUPPLIER: Tel No: Fax No: For the attention of: E-mail To: Or to such other address, individual or electronic communication number as may be designated by notice given by either PARTY to the other. Any such demand notice or other communication shall be conclusively deemed to have been given, if given by personal delivery on the day of actual delivery thereof and if given by electronic communication, on the day of transmittal thereof if transmitted during normal business hours on a business day and on the business day following the transmittal if not so transmitted. 10. ANNEXURES ANNEXURE - hereto form an integral part of this AGREEMENT. IN WITNESS WHEREOF, DULY AUTHORISED REPRESENTATIVES FOR AND ON BEHALF OF THE PARTIES HERETO HAVE SIGNED THIS AGREEMENT AS OF THE DAY AND YEAR FIRST ABOVE WRITTEN. For the SUPPLIER For the AUTHOIRTY Name: Name: Position: Position: Signature: Signature: Date: Date: 18 / 21

Annex I Technical Specification The coffins boxes should match the following: No. Subject Specification Size Approximately QTY/ Year Abu Dhabi Al Ain 1- Coffin Boxes -manufactured wood Block Board -Color : Brown Color -Galvanized by Zinc -Bear burden of Air travel and Car transport -Durable Handgrip Big Coffins: 216cm X 61cm X 52cm 135 35 Medium Coffins: 200cm X 56cm X 41cm 1350 450 Small Coffins: 120cm X 56cm X 41cm 15 15 Total yearly 1500 500 Note: Monthly approx. needs of coffin boxes (120-150) Supply Locations: The mortuaries in Emirate Abu Dhabi Samples check is required to insure it is matching HAAD s requirements 19 / 21

Annex II Evaluation Criteria and scores Evaluation Factors Max Score 40 Meet item s specifications 25 Strong and demonstrated background and experience on projects of similar nature, including references inputs and/or feedbacks Commitment to meet HAAD requirement in supplying the monthly requested quantity 15 Commitment to deliver on time 20 Overall total Score 100 Only proposals with average scores of at least 60 points qualify for the financial evaluation 20 / 21

Annex III Financial Template Each supplier should price the required Coffin boxes as per the following: No Subject Total QTY Unit Price / AED * Total Price/ AED * 1- Coffin Boxes Big size 216cm X 61cm X 52cm 170 2- Coffin Boxes Medium Size 200cm X 56cm X 41cm 1800 3- Coffin Boxes Small Size 120cm X 56cm X 41cm 30 * Prices should be all inclusive of taxes, supply and delivery to HAAD final destinations 21 / 21