Appendix 5 - South West College

advertisement
Appendix 5
Tender Pack
South West College
Finance Department
2 Mountjoy Road,
Omagh,
Co. Tyrone,
BT79 7AH
14th November 2014
Dear Sir/Madam
2014-262 Invitation to tender for the design, supply, installation and
commissioning of an Energy Storage System on behalf of South West College
Period of contract: January 2015 – December 2015 [with possible extension of
two further periods for twelve months]
South West College subject to its terms and conditions of service seeks to appoint a
suitably qualified delivery organisation to design, supply, install and commission the
above mentioned product and as such invites you to tender.
Please note that the College requires one hard copy response and one electronic
copy (on memory pen). The deadline for receipt of submissions is Monday 8th
December 2014 at 12 noon. Hard copy tender submissions must be returned to the
above address in an envelope clearly marked “2014-262 the design, supply,
installation and commissioning of an Energy Storage System”.
No late tender submissions will be accepted.
South West College is not obliged to accept the lowest or any tender.
Please find attached tender documents.
Yours faithfully
Malachy McAleer
Director
South West College
1
2014-262 Invitation to offer for the design, supply, installation and
commissioning of an Energy Storage System on behalf of South West College
Period of contract: January 2015 – December 2015 [with possible extension of
two further periods for twelve months]
2
Contents
Instruction to Tenderers and Terms of Offer .............................................................................. 04
Statement of Requirements........................................................................................................ 10
Tender Application Form ............................................................................................................ 14
Sections 1-9 Questionnaire
Section 10-11 Weighted Criteria
Form of Offer .............................................................................................................................. 24
Return Address Label: ................................................................................................................. 25
Tender Submission Checklist ...................................................................................................... 27
3
Instruction to Tenderers and
Terms of Offer
4
Instruction to Tenderers
1.
Completion and Submission of Tender Documents
1.1. All tenders must be completed in English and, where applicable, signed in ink.
1.2. All tenders must be submitted in accordance with the documentation and
requirements provided herein. This must not be amended in any way.
1.3. Tenders may be rejected if the required information is not given at the time
of tendering.
1.4. Tenderers must submit 1 signed hard copy. Please provide 1 x electronic copy,
if possible.
1.5. Completed tender documents must be submitted in a plain sealed envelope
and returned to the Director at the Omagh Campus (see label enclosed at the
end of this document) with name of the supply and service being tendered for
clearly marked, before the closing date. The envelope must not identify the
name of your company.
1.6. The college would advise that tenders sent by post be registered or sent by
Recorded Delivery. An official receipt should be obtained for each Tender
delivered by hand.
1.7. Tenderers are advised that manually delivered Tenders can only be accepted
during normal office hours i.e. between 9.00 am to 5.00 pm Monday to
Thursday and 9.00 am to 3:30 pm on Friday. Tenders sent by special delivery
or delivered by hand will not be accepted on either weekends or on Northern
Ireland Public and Statutory Holidays.
1.8. The return date for this tender should be no later than Monday 8th December
2014 at 12 noon. Any clarification messages regarding this opportunity must
be emailed to purchasing@swc.ac.uk by 12 noon on Monday 1st December
2014. A site visit can be arranged for potential tenderers to view facilities on
Thursday 27th November 2014, 2pm-5pm. Please confirm in advance if you
wish to book a site visit by emailing: emma.mcgirr@swc.ac.uk
1.9. Please ensure that you allow sufficient time to follow the instructions provided.
South West College is not obliged to accept the lowest or any tender.
1.10. South West College cannot accept responsibility for postal or delivery delays.
1.11. Under no circumstances will late tenders responses be considered.
1.12. South West College will not be responsible for any costs or expenses incurred
by the Tenderer in connection with the preparation or delivery or evaluation of
the Tender.
5
1.13 Your attention is drawn to the enclosed Terms of Offer where all the
requirements for completing and submitting a tender can be found. Failure to
comply with these instructions may result in your tender being rejected.
6
Terms of Offer
1.
1.1
Information and confidentiality
Information that is supplied to tenderers as part of the procurement exercise is
supplied in good faith. However, tenderers must satisfy themselves as to the
accuracy of such information and no responsibility is accepted for any loss or
damage of whatever kind or howsoever caused arising from the use by the
tenderers of such information, unless such information has been supplied
fraudulently by South West College.
1.2
All information supplied to tenderers by South West College in connection
with this procurement exercise shall be regarded as confidential. By
submitting an offer the tenderer agrees to be bound by the obligation to
preserve the confidentiality of all such information.
1.3
This Offer and its accompanying documents shall remain the property of
South West College and must be returned on demand.
1.4
If tenderers provide any information to South West College in connection with
this procurement exercise, or with any Contract that may be awarded as a
result of this exercise, which is confidential in nature and which a tenderer
wishes to be held in confidence, then tenderers must clearly identify in their
offer documentation the information to which tenderers consider a duty of
confidentiality applies. Tenderers must give a clear indication which material
is to be considered confidential and why you consider it to be so, along with
the time period for which it will remain confidential in nature. The use of
blanket protective markings such as “commercial in confidence” will no longer
be appropriate. In addition, marking any material as “confidential” or
equivalent should not be taken to mean that South West College accepts any
duty of confidentiality by virtue of such marking. Please note that even where
a tenderer has indicated that information is confidential, South West College
may be required to disclose it under the FOIA (Freedom of Information Act) if
a request is received.
1.5
South West College cannot accept that trivial information or information which
by its very nature cannot be regarded as confidential should be subject to any
obligation of confidence.
1.6
In certain circumstances where information has not been provided in
confidence, South West College may still wish to consult with tenderers about
the application of any other exemption such as that relating to disclosure that
will prejudice the commercial interests of any party.
1.7
The decision as to which information will be disclosed is reserved to South
West College, notwithstanding any consultation with you.
2.
2.1
Samples
Tenderers may be required to submit samples of each item offered. Such
samples shall be provided free of charge.
7
2.2
Samples should be dispatched under separate cover to the addresses
supplied when requested.
2.3
South West College will retain samples of the Awarded Contract.
Unsuccessful Tenderers must arrange to collect samples provided after award
notification.
2.4
Individual samples within the package must be clearly labelled with the name
of the tenderer and the product code reference.
3.
3.1
Prices
Prices must be stated in accordance with the Tender Application Form and
must remain open for acceptance until 90 days from the closing date for the
receipt of offers.
3.2
Prices must be firm (i.e. not subject to variation) for the period of the contract
subject only to any variation provisions contained in the contract documents.
3.3
South West College requires a minimum of six weeks’ notice of any requests
for price increases. Any application for price changes must be submitted in
writing to Finance Department, Omagh Campus.
4.
4.1
Tender documentation and submission
Tenders may be submitted for all goods and/or services or for selected items.
4.2
The goods and/or services offered should be strictly in accordance with
the Specification.
4.3
Tenders must comprise of:
- Completed Sections 1-9 Questionnaire (Mandatory)
- Completed Sections 10-11 Weighted Criteria
- Signed Form of Offer
- Tender submission checklist
4.4
The Form of Offer must be signed by an authorised signatory: in the
case of a partnership by a partner for and on behalf of the firm: in the
case of a limited company, by an officer duly authorised, the
designation of the officer being stated.
4.5
The Form of Offer and accompanying documents must be completed in full.
Any Offer may be rejected which:
- Contains gaps, omissions or obvious errors; or
- Contains amendments which have not been initialled by the authorised
signatory; or
- Is received after the closing time.
4.6
All queries or difficulties should be directed to the following e-mail address:
purchasing@swc.ac.uk
8
5.
5.1
Official Amendments
Should it be necessary for South West College to amend the tender
documentation in any way, prior to receipt of tenders, notification will be input
on the College Tender Website. It is the responsibility of the tenderer to
check website up to 3 days prior to submission deadline. If deemed
appropriate, the deadline for receipt of tenders will be extended.
6.
6.1
Assumptions
Tenderers must not make assumptions that South West College has
experience of their organisation or their service provision even if on a current
or previous contract. Tenderers will only be evaluated on the information
provided in their response. Embedded documents or hyperlinks must not be
used unless requested.
7.
7.1
Canvassing
Any tenderer who directly or indirectly canvasses any official of South West
College concerning the award of contract or who directly or indirectly obtains
or attempts to obtain information from such official concerning the proposed or
any other tender will be disqualified. This should not, however deter any
supplier seeking clarification in relation to the tender.
8.
8.1
Sustainable Development & Socially Responsible Procurement Benefits
The Government is committed to sustainable development, sustainable
procurement and socially responsible procurement and South West College
would wish to see tenderers adopt a sustainable approach. Information and
guidance about how to pursue a more sustainable future for Northern Ireland
is available from:www.ofmdfmni.gov.uk/index/economic-policy/economic-policy-sustainabledevelopment.htm
9.
The Evaluation Process
9.1
The tender evaluation process shall be completed in two stages:
 Stage 1.Selection
 Stage 2. Award
Tenderers will need to fully meet the requirements of Stage 1 to progress on
to Stage 2
The contract will be awarded on the basis of value for money. The weightings
assigned will be as follows:
9.2
9.3
Most Economically Advantageous Criteria:
Weighting %
Cost
60%
Quality
40%
Total
100%
9
Scores for the non-cost criteria, if applicable, shall be allocated on the following
basis:
Assessment
Score
Awarded
Excellent
5
Good
4
Satisfactory
3
Poor
2
Very Poor
1
Unacceptable
0
Interpretation
Excellent response with detailed supporting evidence
and no weaknesses. Response demonstrates that the
Tenderer will provide excellent services if awarded.
Good response with good supporting evidence and
minimal weaknesses. Response demonstrates that the
Tenderer will provide good services if awarded.
Satisfactory responses with satisfactory supporting
evidence but lacks sufficient detail to award a higher
mark. Response demonstrates that the tenderer will
provide satisfactory services if awarded.
A response/answer/solution with reservations. Lacks
convincing detail and the methodology to be applied.
Medium risk that the proposed approach will not be
successful
An unacceptable response with serious reservations.
Limited detail of methodology to be applied. High risk
that the proposed approach will not be successful
Failed to address the question.
A score of 0 or 1 will render the submission ineligible and will be withdrawn
from process.
9.4
The successful Tenderer will be required to execute a formal agreement. The
College’s written acceptance of the Tender will form a binding contract
between the College and the successful Tenderer.
9.5
Unsuccessful tenderers may request feedback from the evaluation panel if
required.
9.6
All costs and expenses associated with presentations shall be borne by the
Tenderers.
9.7
South West College terms & conditions of contract for the supply of goods &
services are available for download from our website:
http://www.swc.ac.uk/tenders.aspx
10
Statement of Requirements
11
Background
South West College services the geographical area of Counties Tyrone and
Fermanagh. There are five campus locations at Cookstown, Dungannon, Omagh,
two at Enniskillen (main campus and Technology and Skills Centre) and a number of
out centres. The College has approximately 500 full-time staff and a similar number
of part-time staff and an annual budget of £40M. The college offers a wide range of
vocational and non-vocational courses, training courses such as Training for
Success, Steps to Work and provides a service to the community, local schools,
business and industry. It provides courses ranging from basic skills to Higher
National Diploma and Degree Level programmes.
Requirements
The principal elements of service are outlined below:
 The supply of the products will be required at South West College –Skills
Centre Enniskillen.
 Please note the above locations may change, locations may be removed,
others may be added throughout the life of the contract.
 The current activity levels may vary over time and the Contract must be
sufficiently flexible to allow for such changes.
 The following specification is comprehensive but not exhaustive; omission
does not imply the service is excluded from the contract.
 The tenderer must show a commitment to the continuing development of any
supplier/purchaser relationship formed as a result of this tender process, and
must demonstrate a knowledge of, and pro-active approach to, the needs of
the College.
 The tenderer will be expected to work with the College to maximise the
efficiency and cost effectiveness of the service it provides, and the goods it
supplies. The College expects the successful tenderer to develop its services
and supply provision in response to the needs of the College
Project background:
South West College has been successful in obtaining £2.9 million of funding to lead
the CREST (Centre for Renewable Energy & Sustainable Technologies) project.
CREST has four cross-border project partners including I.T Sligo, Cavan Innovation
and Technology Centre and Dumfries and Galloway College with South West
College being the project leader. CREST is supported by the European Union’s
INTERREG IVA Programme managed by the Special EU Programmes Body. The
project is intensive and runs over 2 years.
The CREST centre is providing industry R&D, demonstration and testing facilities for
new renewable energy products and sustainable technologies. The facilities are
being used by small companies within the region who have ideas for new products
but who currently do not have the physical and/or technical capacity to develop, test
and commercialise these. Within CREST facilities staff are accessible to develop,
demonstrate and test new technologies and show how these can be integrated
practically and sensibly to achieve energy savings. The CREST centre forms one
component of a wider bid for European funding to support R&D in renewable energy
and smart technologies within small business in the border regions of Northern
12
Ireland, Ireland and western Scotland. The CREST Centre has recently installed
45kW of Solar PV onsite with a novel 2-axis tracking system. To complement this
installation the CREST Centre would like to install an Energy Storage System for
demonstration purposes.
Detailed Specification
South West College invites quotations for the design, supply, installation and
commissioning of: 1 x Battery Energy Storage & Control System for demonstration
purposes.
The Battery Energy Storage System will be used in conjunction a 45kw solar PV
installation utilising the following system components:
Panels: 150 x Trina Solar PC14 Module (300w)
Inverters: 3 x SMA Sunny Tripower 15000TL-10
The Battery Energy Storage & Control System should be a turnkey solution and the
system price should include system design, supply, installation and commissioning.
The Energy Storage System should consist of:
Battery Energy Storage Component

The battery should be capable of at least 4500 charge/discharge cycles at a
minimum DoD of 50%.

The battery power rating (nominal) should be at least 10kVA

The battery storage duration should be a minimum of 4 hours at nominal
power

The battery component should include a suitable Battery Management
System for the type of system being deployed.

The system should have a High Round Trip Efficiency (better than 70%)

The system should be low maintenance and self-diagnosing
Power Electronics Component including AC/DC Inverter
The Battery Energy Storage System should include suitable power electronic
components for the system. This should include a suitably sized AC/DC inverter. The
system should be compatible with the solar PV inverters, as listed above.
13
The Battery Energy Storage System should include suitable safety components for
the safe operation of the system to include AC, DC isolators and breaker switches
and comply with the appropriate Northern Ireland Distribution Grid Code (G83/G59).
Cabinet Enclosure
A secured weatherproof enclosure (please state IP rating of the enclosure), which
complies with all Health & Safety regulations for the safe operation of the Battery
Storage System. The Battery Storage System will be displayed in a high profile
environment and should be fully branded for demonstration purposed.
System Management Software
The system management software should be compatible with the solar PV software,
as listed above (and must be shown to be as part of the commissioning procedure).
The System Management Software should incorporate the following functionality:
Demand Charge Management, TOU shifting, Energy Firming, Microgrid control.
Training
Full training and support should be offered to the appropriate College staff to ensure
the complete and safe operation of the Battery Storage System.
Delivery
Transport costs to installation site at the CREST Centre, Enniskillen, Northern
Ireland should be included in the overall quote.
Warranty / O&M
The system should include a minimum of 3 years warranty and annual service
including replacement parts.
Notes
1. Installation and commissioning must occur no later than 13th March 2015.
2. A site visit can be arranged for potential tenderers to view facilities on
Thursday 27th November 2014, 2pm-5pm. Please confirm in advance if you
wish to book a site visit by emailing: emma.mcgirr@swc.ac.uk
14
Tender Application Form
Sections 1-9 Questionnaire
Section 10-11 Weighted Criteria
15
Completion of sections 1-9 of this application are mandatory for all tenderers.
Tenderers must fully satisfy these requirements to progress to second stage. Failure
to do so will result in exclusion from the second stage tender evaluation process.
1.
1.1
1.2
1.3
BUSINESS DETAILS
Name of the organisation in
whose name the tender is
submitted:
Contact name for enquiries about
this bid:
Contact position (Job Title):
Address:
1.4
Post Code:
Telephone number:
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
Fax number:
E-mail address:
Website address (if any):
Council Area
Company/Charity Registration
number (if this applies):
Date of Registration:
Registered address if different
from the above:
Post Code:
VAT Registration number:
1.13
Is your organisation:
(Please tick one)
1.14
Name of (ultimate) parent
company (if this applies):
1.15
Companies House Registration
number of parent company (if this
applies):
i) a public limited company?
ii) a limited company?
iii) a partnership
iv) a sole trader
v) other (please specify)
16
Is your organisation:
1.16

Micro (1 to 9 staff)

Small (10 to 49 staff)

Medium (50 to 249 staff)

Large (250 or more staff)
2.
INSURANCE
Please provide details of your current insurance cover
Value
2.1
Employer’s Liability:
£
2.2
Public Liability:
£
2.3
Other (please provide details):
£
3.
3.1
QUALITY ASSURANCE
Does your organisation hold a recognised quality
management certification for example BS/EN/ISO
9000/PQASSO or equivalent? If yes, please provide
evidence of certification.
Yes / No
3.2
If not, does your organisation have a quality management
system*?
Yes / No
3.3
If you do not have quality certification
or a quality management system,
please explain why:
4.
HEALTH & SAFETY
4.1
Does your organisation have a written health and safety
at work policy?
Yes / No
4.2
Does your organisation have a health and safety at work
system*?
Yes / No
17
4.3
5.
If “No”, to either of the above please
explain why:
EQUAL OPPORTUNITIES
Does your organisation have a written equal opportunities
policy, to avoid discrimination?
6.
ENVIRONMENTAL MANAGEMENT
Does your organisation have an environmental
management system*?
7.
Yes / No
Yes / No
PROFESSIONAL AND BUSINESS STANDING
Do any of the following apply to your organisation, or to (any of) the
director(s) / partners / proprietor(s)?
7.1
Is in a state of bankruptcy, insolvency, compulsory
winding up, receivership, composition with creditors, or
subject to relevant proceedings
Yes / No
7.2
Has been convicted of a criminal offence related to
business or professional conduct
Yes / No
7.3
Has committed an act of grave misconduct in the course
of business
Yes / No
7.4
Has not fulfilled obligations related to payment of social
security contributions
Yes / No
7.5
Has not fulfilled obligations related to payment of taxes
Yes / No
7.6
Is guilty of serious misrepresentation in supplying
information
Yes / No
7.7
Is not in possession of relevant licences or membership
of an appropriate organisation where required by law
Yes / No
7.8
If the answer to any of these is “Yes” please give brief details below,
including what has been done to put things right.
18
8. Minimum Specification/ Meets
Requirements
Mandatory
Requirements
(Y/N)
Details on how you meet the
specification – If yes how do you
comply?
Battery Energy Storage
Component
The battery should be capable
of at least 4500
charge/discharge cycles at a
DoD of at least 50%.
The battery power rating
(nominal) should be at least
10kVA.
The battery storage duration
should be at least 4 hours at
nominal power
The battery component should
include a suitable Battery
Management System for the
type of system being deployed.
The system should have a High
Round Trip Efficiency (better
than 70%)
The system should be
essentially maintenance free
and self-diagnosing
Power Electronics Component
including AC/DC Inverter
The Battery Energy Storage
System should include suitable
power electronic components
for the system. This should
include a suitably sized AC/DC
inverter. The system should be
compatible with the solar PV
inverters, as listed above.
The Battery Energy Storage
System should include suitable
safety components for the safe
operation of the system to
include AC, DC isolators and
breaker switches and comply
with the appropriate Northern
19
Ireland Distribution Grid Code
(G83/G59).
Cabinet Enclosure
A secured weatherproof
enclosure (please state IP rating
of the enclosure), which
complies with all Health &
Safety regulations for the safe
operation of the Battery
Storage System. The Battery
Storage System will be
displayed in a high profile
environment and should be
fully branded for
demonstration purposed.
System Management Software
The system management
software should be compatible
with the solar PV software, as
listed above (and must be
shown to be as part of the
commissioning procedure).
The System Management
Software should incorporate
the following functionality:
Demand Charge Management,
TOU shifting, Energy Firming,
Microgrid control.
Training
Full training and support should
be offered to the appropriate
College staff to ensure the
complete and safe operation of
the Battery Storage System.
Delivery
Transport costs to installation
site at the CREST Centre,
Enniskillen, Northern Ireland
should be included in the
overall quote.
Warranty / O&M
The system should include a
minimum of 3 years warranty
and annual service including
replacement parts.
20
9.
RELEVANT
EXPERIENCE
9
.
Please provide evidence that demonstrates your experience and ability to
deliver the types of goods and/or services to the College taking into account the
duration, scope, complexity, value of the potential contract and be of a
comparable size.
9.1
Contract
start date
End date (if
applicable)
Contract
Value
Org. in receipt
of your
products
/services
Contact
Name & Address
Please tick if we can contact the organisations above for a reference
21
10.
PRICING
10.1
Please make your offer as per the table below. All the information requested
within the documents must be clearly detailed. This document will ensure
that all suppliers are tendering on a “level playing field” and allow accurate
comparison between proposals.
Weighting 60%
Prices should be supplied in pounds sterling, exclude VAT but must be
inclusive of delivery and packaging charges. There should preferably be no
minimum order quantity requirements (variations should be detailed in
section 9).
The specification and pricing schedules will form the basis of the core
contract price lists and should also demonstrate your ability to supply a
significant proportion of the required products.
Detailed specification
Cost (Exc. VAT)
Total cost
(Inc Vat)
Design, supply, installation &
commissioning of:
1 x Energy Storage System
All prices quoted above should include
delivery charge, annual service (3 years)
and warranty (3 years)
TOTAL
22
11.
Quality (This submission should not exceed 6 x A4 sheets)
11.1
Programme of works (Weighting 20%)
Weighting 40%
Please provide a detailed programme clearly showing the key activities,
dependencies, deliverable and outputs required to successfully deliver this
assignment.
This should include where appropriate:
The approach to the delivery of the project programme and the
procedures for ensuring that key objectives are met within the project
timeframe.

A project plan detailing the activities to be progressed, the target
outputs and anticipated timescales for completion of each.

Details of delivery phases of the project should be outlined along with
key project milestones (highlighted on a project Gantt chart).

Where input is required from the Client and / or other parties to
facilitate delivery of the commission, these need to be clearly identified
and shown on the programme.
This work should determine the standard of quality the College should expect
to receive.
11.2
Resource Schedule (Weighting 10%)
A resource schedule should be included, which includes details of the person
who will have overall responsibility for delivery and management of the
contract, including details of what their responsibility will include, the
estimated number of days that will be dedicated to each phase of the project
plan and the allocated resources required.
11.3
Quality Systems (Weighting 10%)
All works must be completed before 13th March 2015. Demonstrate how you
plan to achieve this including details of quality systems and controls that will
be used in the delivery of the project and proposals for keeping the Project
Officers updated.
23
Form of Offer
24
Form of Offer
2014-262 Invitation to offer for the design, supply, installation and
commissioning of an Energy Storage System on behalf of South West College
Period of contract: January 2015 – December 2015 [with possible extension of
two further periods for twelve months]
FORM OF OFFER
I / We [insert name of tenderer] (‘the Tenderer’) of [insert address of tenderer]
Agrees:
1.1
That this Tender and any contracts arising from it shall be subject to the
Terms of Offer, the enclosed Terms and Conditions of Contract and Supplementary
Conditions of Contract and all other terms (if any) issued with the Invitation to Offer;
and
1.2
to supply the goods and/or services in respect of which its offer is accepted (if
any) to the exact quality, sort and price specified in the Offer Schedule in such
quantities, to such extent and at such times and locations as ordered; and
1.3
that this offer is made in good faith and that the Tenderer has not fixed or
adjusted the amount of the Offer by or in accordance with any agreement or
arrangement with any other person.
The Tenderer certifies that it has not and undertakes that it will not:
1.3.1 communicate to any person other than the person inviting these offers the
amount or approximate amount of the offer, except where the disclosure, in
confidence, of the approximate amount of the offer was necessary to obtain
quotations required for the preparation of the offer, for insurance purposes or for a
contract guarantee bond;
1.3.2 enter into any arrangement or agreement with any other person that he or the
other person(s) shall refrain from making an offer or as to the amount of any offer to
be submitted.
2 / We [insert name of tenderer] (‘the Tenderer’) of [insert address of tenderer]
Name (print):
Signature:
Title:
The Form of Offer must be signed by an authorised signatory: in the case of a
partnership, by a partner for and on behalf of the firm; in the case of a limited
company, by an officer duly authorised, the designation of the officer being stated.
25
Return Address Label:
The Director
South West College
2 Mountjoy Road
Omagh
Co Tyrone
BT79 7AH
2014-262 Invitation to offer for the design, supply,
installation and commissioning of an Energy
Storage System on behalf of South West College
CLOSING DATE: Monday 8th December 2014 at 12 noon
26
Tender Submission Checklist
Tenderers should confirm that the following requirements have been met within their
tender by placing a tick  in the box opposite
Completed Tender Application Form
-
Sections 1-9 Questionnaire
-
Sections 10-11 Weighted Criteria


Signed Form of Offer

Clearly Marked Envelope using Return Address Label

27
Download