Tender Requirements Sample Clauses
The Tender Requirements clause sets out the specific criteria, documentation, and procedures that bidders must follow when submitting a tender for a project or contract. It typically details the format of submissions, deadlines, required qualifications, and any supporting materials that must be included, such as financial statements or technical proposals. By clearly outlining these requirements, the clause ensures that all bids are complete, comparable, and meet the minimum standards necessary for fair evaluation, thereby streamlining the selection process and reducing the risk of disqualification due to incomplete or non-compliant submissions.
Tender Requirements. 6.1. Standard Bid Documentation
6.2. RATES: THE RATES BELOW ARE STANDARD RATES FOR THREE YEARS R72 000 OVER A PERIOD OF THREE YEARS (KZNFILM WILL COVER TRAVEL & ACCOMMODATION COSTS SHOULD THERE BE A NEED TO MEET PHYSICALLY)
Tender Requirements. 6.1. Standard Bid Documentation
Tender Requirements. 12.1. Tenderers are invited to propose how they would meet the project require- ments in the form of a programme of work.
Tender Requirements. For the provision of: A Service for the Disposal and Re-Marketing of Devices that hold data I/We offer to supply part/whole of the said Services in complete conformity with the attached Terms and Conditions of Contract, Specification and Schedules and as may be described or implied therein as per the completed Pricing Schedule. I/We declare that I/we have read and understood the Tender Documents. I/We undertake to execute the Agreement within 14 days or such other longer period as may be determined by the Commissioner from receipt of the letter of acceptance, and in accordance with the Terms and Conditions of Contract to obtain all Insurances stipulated. I/We understand that you reserve the right to accept or refuse this Tender whether it be lower, the same or higher than any other Tender, or for any other reason. I/We agree that this Tender shall remain open for acceptance by you and will not be withdrawn or varied (except as requested by the Commissioner) by us for a period of 120 days from the closing date for submission of Tenders. I/We agree that any unauthorised alteration or insertion by me/us to any of the Tender Documents and/or Contract Documents shall not affect the Agreement or the Terms and Conditions of Contract, and may cause the Tender to be rejected. I/We agree that any clauses in our own conditions of sale or contract or any supplementary condition or letter which are at variance with the Commissioner’s Contract Documents shall be overridden by the Contract Documents unless specifically agreed to in writing. I/We agree that this Tender will be arithmetically checked. Any arithmetical error will be corrected and a revised Contract Price calculated. I/We will be notified of any errors and amendments and asked either to confirm the revised Contract Price or withdraw their Tender. I/We may be required to produce the build-up of the prices in the Tender. I/We hereby agree that the following Documents, Appendices, Schedules, Parts and Annexes are attached and form part of this Tender:-
1. The Agreement
2. Instructions to Tenderer
3. Tender Evaluation Criteria
4. Tender Requirements
5. Standard Terms and Conditions of Contract Contract Award Schedule Specification Schedule Pricing Schedule Commercially Sensitive Schedule Certificate as to Collusive Tendering Certificate as to Canvassing Certificate of Undertaking Security Requirements The Contractor’s Response
Tender Requirements. This Specification requires potential training providers to demonstrate their ability to deliver the following requirements:
4.1. Provide a taught level 7 Postgraduate Certificate (60 credit) programme aligned with NHSE’s new AC curriculum (Appendix 1) to professionals seeking AC approval via the portfolio route. Providers will need to demonstrate how their proposed programmes will meet with the specifications and standards set out in the AC curriculum.
4.2. Clearly demonstrate how robust collaboration and strong relationships with NHS providers will be developed to embed learning into practice and enhance academic and practice integration. Docusign Envelope ID:
4.3. Align programmes to statutory duties under the Equality Act 2010, requiring public authorities who exercise public functions, and organisations carrying out public functions on behalf of a public authority, to advance equality of opportunity, eliminate unlawful discrimination and ▇▇▇▇▇▇ good relations between people of all protected characteristics. Specifically, training programmes should include the addressing of equality, diversity and inclusion issues across the curriculum, with a focus on:
4.3.1.1. Reducing inequity of access and outcome among those from minoritised groups accessing mental and other health services;
4.3.1.2. Seeking to eliminate all forms of discrimination from the experience of the health service users, carers, their families and staff.
Tender Requirements. 2.1 The agency/bidders should have relevant work experience of execution and completion of “Land development, Topographical Survey, Geotechnical Investigation and Bathymetric Survey works for Solar PV Projects and Floating solar PV Projects”. The agency/bidders must furnish details about their company particulars regarding the operation, facilities, manpower, tools, instruments, machinery, lab facility, number of projects executed since inception and other experiences with necessary credentials. Completion certificates from the customer certifying the scope of works, value and the time lines awarded for various activities including the work order released by the customer for the projects executed is required to be furnished.
2.2 Agency/bidders should have a valid NABL accreditation certificate with adequate validity during the project execution. The vendor/Contractor should have their own Tools, Plant and machinery preferably, Survey equipment like Total station, Auto level, geotechnical investigation tools and machinery and other facilities and should have capability for mobilizing additional Tools, Plant and machinery at short notice for simultaneous works at various fronts to meet the short schedule of works. The contractor shall have on their roll qualified surveyors, geo technical investigation team, Civil Engineers and supervisors who shall be required to monitor the works carried out by skilled and unskilled labor force. The contractor shall have capacity to arrange sufficient manpower so that the project schedule is not affected in any way as per project requirement in each “MW segment” mentioned in table-1.
2.3 The agency/bidders shall furnish the details of manpower and machinery owned by them. A typical activity plan from the zero date to completion of all activities as per the activities defined in the BOQ and in line with “MW segment” as per table-1. Manpower planned to be employed, Micro planning and machinery required to be employed shall be indicated.
2.4 The agency/bidders should have adequate financial strength to carry out and complete the assigned works simultaneously in various project sites of BHEL of sizes as per the respective “MW segment” as per table-1, within the stipulated period of time. The vendor shall submit the financial information for the previous 3 years or from the date of commencement of operation whichever is later.
2.5 The agency/bidders shall be required to obtain Customer approval for the survey and geotechnical in...
Tender Requirements. This Specification requires potential training providers to demonstrate their ability to deliver and quality assure the following requirements. Successful training providers must:
3.1 Have sufficient and suitable Association for Cognitive Analytic Therapy (ACAT) accredited trainers or show evidence of being able to achieve this in time for the first cohort2.
3.2 Be able to deliver the specific requirements of the national curriculum attached, which differs in some aspects from traditional CAT training.
3.3 Demonstrate their expertise in teaching for cognitive analytic therapy.
3.4 Have experience delivering CAT training or transferrable training competence. Be able to demonstrate their ability to;
3.4.1 train and support a cadre of CAT practitioners through their academic learning journey,
3.4.2 support clinical supervision and supervisory governance mechanisms’
3.4.3 academic assessment of learning,
3.4.4 support practitioners to achieve professional registration with ACAT,
(a) 1 ▇▇▇▇▇://▇▇▇.▇▇▇▇.▇▇▇.▇▇/guidance/cg78/evidence/bpd-full-guideline-242147197 2 ▇▇▇▇▇://▇▇▇.▇▇▇▇.▇▇.▇▇/page/home
3.4.5 prepare and support sponsoring organisations/ managers and supervisors to ensure trainees receive the experience and support necessary to achieve the requirements of the curriculum.
3.5 Experience working with service provider organisations to ensure safe and effective training environments to meet the requirements of the national curriculum.
3.6 Experience delivering healthcare professional qualifications including the ability to address standards for professional and ethical conduct.
3.7 Excellent educational quality assurance mechanisms and evidence of quality improvement in education.
3.8 Experience working with ‘experts by experience’ to develop syllabus, deliver training, inform policy for the course/ training institution.
3.9 The training team must demonstrate knowledge and experience within the subject field.
3.10 Ability and willingness to review, modify and amend the training in light of;
3.10.1 external requirements (not least of the commissioner [▇▇▇]),
3.10.2 new knowledge and professional insight,
3.10.3 learner/ sponsoring organisation feedback,
3.10.4 responsive to changing requirements of service,
3.10.5 responsive to changing educational requirements (e.g. technology enhanced learning, accreditation of prior academic/ practice learning, top-up and/ or extension modules).
3.11 Delivery should be cognisant of the need for HEE to ensure coverage to d...
Tender Requirements. 6.1. STANDARD BID DOCUMENTATION
Tender Requirements. 12.1 Bidders are requested to complete the pricing schedule as per PSIRA prices: TSHWAGA C 36 D 44 26 JOHANNESBURG C 26 D 28 20 EKUDUBENG C 31 D 31 21 TOTAL 196 R 67 escorting cars R Additional cost (e.g. Profit margin) Total R VAT R Total inc VAT R
Tender Requirements
