GOJ PUBLIC PROCUREMENTPAGE · refurbish an existing space to accommodate a Courtroom, a Jury Room...

Post on 06-Aug-2020

2 views 0 download

Transcript of GOJ PUBLIC PROCUREMENTPAGE · refurbish an existing space to accommodate a Courtroom, a Jury Room...

TENDERS

If you are interested

in doing business

with the government,

you are invited to

view tender notices

for procurement

contracts on this

page.

The Ministry of Finance and Planning, Procurement

and Asset Policy Unit (PAPU) Frequently Asked Questions is an editorial feature that will seek to address Procurement issues and provide a

response and clarity to those issues raised.

PUBLIC PROCUREMENTPUBLIC PROCUREMENTPAGEGOJ

Government Procurement is defined as the acquisition of goods, works and services utilizing the public funds.

There are ten principles that govern the GOJ procurement.

They are:

1. Value for Money

2. Economy

3. Efficiency

4. Equity

5. Fairness

6. Transparency

7. Accountability

8. Reliability

9. Competition

10. Integrity

PROCURING ENTITY:

SCOPE:

NCC GRADE &/OR CATEGORY:

CONTACT INFORMATION: NAME & POST OF OFFICER

ADDRESS OF ENTITY:

TELEPHONE NO(S).

FOR ADDITIONAL INFORMATION: E-MAIL ADDRESS

COST OF TENDER DOCUMENT:

REQUEST FOR EXPRESSIONS OF INTEREST CONSULTING SERVICES IN THE BUILT ENVIRONMENT

The Ministry of Justice wishes to invite eligible Consultants to indicate their interest in conducting an audit to assess, document and provide proposals to remove barriers to access which exist at or in relation to all court buildings namely the Supreme Court, Traffic Court, Coroners Court, Family Court, Court of Appeal and Resident Magistrate’s Courts and related facilities in order to inform a programme of activities to create an accessible physical environ-ment for the Courts that is friendly to persons with disabilities. The consulting services (“the Services”) will include: (i) Proposals for physical alterations in relation to court buildings and

related facilities(ii) To identify and propose various non-physical alteration options for

improvement to accessibility and usage of buildings and related facilities such as change of operational use.

(iii) To ensure proposals are such as will make or cause the buildings and related facilities accessible and usable by persons with disabilities

(iv) To propose feasible and cost-effective measures to ensure that proposals are economically viable, socially acceptable and sustainable

(v) To identify the relevant consents or approvals required for the proposals(vi) To prepare the relevant quantity and cost estimates associated with each

proposal(vii) To propose time scales and scheduling for implementation of proposals (viii) To provide risk assessments of proposals The Ministry invites qualified consultants interested in undertaking this activity to submit a written letter expressing their interest; and in addition, each interested consultant must provide information to satisfy the following requirements:• Current Tax Consumption Certificate (TCC)• Professional qualifications and experience • Demonstrated ability to conduct building Access Audits in keeping with

international standards and provide proposals which conform to building and environmental standards.

Two (2) hard copies of the Expressions of Interest must be received at the address below no later than January 9, 2015 at 2:00 p.m. The sealed enve-lope must be deposited in a Tender Box, in the JRIU Meeting Room on the 10th Floor and each submission should include the name and address of the Consultant and shall be clearly marked “Expression Interest- Access Court Buildings”

Following the assessment of submissions, a shortlist of not more than three (3) will be provided with full terms of reference and standard bidding docu-ments, and invited to submit technical and financial proposals to undertake the assignment. The approximate date for commencement of the service is expected to be February 1, 2015. The Ministry reserves the right to accept or reject late applications or to cancel the present invitation partially or in its entirety. It will not be bound to assign and reason for not short-listing any applicant and will not defray any cost incurred by any applicant in the prepa-ration and submission of Expressions of Interest.

The Director, Procurement & Office ServicesMinistry of Justice

10th Floor- NCB (South) Tower2 Oxford Road

Kingston 5.Telephone # 876-906-4923-31

Email: michael.henlin@moj.gov.jm

PROCURING ENTITY:

SCOPE:

NCC GRADE &/OR CATEGORY:

CONTACT INFORMATION: NAME & POST OF OFFICER

ADDRESS OF ENTITY:

TELEPHONE NO(S).

FOR ADDITIONAL INFORMATION: E-MAIL ADDRESS

COST OF TENDER DOCUMENT:

MSTEM/PCJ/2013/10/119REEEDb

Procuring Entity: Petroleum Corporation of Jamaica

Scope: Supply and Installation of LED Bulbs and Fixtures in Two(2) High Schools (Lot 1 and Lot 2)NCC Category: 1. Electrical Works Grades 1-4; AND General Supplies specializing in: LED Bulbs, Energy Saving Devices, Energy Saving Products; OR 2. Renewable Energy Systems(only)ContactInformation: Procurement Officer- andrei.bennett@pcj.com

Address of Entity: Petroleum Corporation of Jamaica (PCJ) 5th Floor, PCJ Resource Centre Building 36 Trafalgar Road, Kingston 10Cost of Tender J$3, 500.00 in cash or Manager’s cheque payable to Document: Petroleum Corporation of Jamaica and document is available from Receptionist.Bid Document Monday December 29, 2014 between 9:00 a.m. andAvailable: 4:00 p.m.

Tender Closing Date: Monday January 26, 2015 at 10:00.00 a.m.

Tender Opening Blue Meeting RoomCeremony: 5th Floor, PCJ Resource Centre Building Monday January 26, 2015 at 10:15 a.m.

The PCJ is not obliged to accept the lowest or any of the bids received and reserves the right to cancel the tender at any time prior to contract award without incurring liability to any bidder.

PROCURING ENTITY:

SCOPE:

NCC GRADE &/OR CATEGORY:

CONTACT INFORMATION: NAME & POST OF OFFICER

ADDRESS OF ENTITY:

TELEPHONE NO(S).

FOR ADDITIONAL INFORMATION: E-MAIL ADDRESS

COST OF TENDER DOCUMENT:

INVITATION FOR BIDS

Country: Jamaica Procurement Entity: eGov Jamaica Limited Procurement Bidding will be conducted through the Local CompetitiveMethod: Bidding (LCB) procedures and is open to all bidders locallyEligibility for To establish eligibility, all Bidders must comply with the Bid Submission: following criteria at the time of bid submission:

i. A valid Tax Compliance Certificate (TCC).ii. A copy of a valid Registration with the National

Contracts Commission (NCC).iii. Be a registered Company in Jamaica.

Project Name: Procurement of Symantec Protection Suite for eGovJaIFB #: IFB – RFQ TS2014 Q3/4-1Contract/Bid#: RFQ TS 2014/Q3/4Description Supply of 2,739 Symantec End Point Protection, Enterprise of Works: Licenses, 1-Year Subscription Tender Available locally at a non refundable cost of J$1,000.00Document(s) Cost: for each bid in cash or manager’s cheque payable to eGov Jamaica Limited.

Bid packages will be available at the address below from December 30, 2014 between the hours of 9:00 a.m. and 4:00 p.m.

Deadline for Bids must be submitted no later than January 22, 2015, Submission: at 2:00:00 p.m.

Bid Opening commences on the same day at 2:15:00 p.m.For additional info visit: http://www.egovja.com/procurement-updates

Contact Department Head – Enterprise Procurement Information: 235B Old Hope Road, Kingston 6 876-927-1125-8 procurement@egovja.com

PROCURING ENTITY:

SCOPE:

NCC GRADE &/OR CATEGORY:

CONTACT INFORMATION: NAME & POST OF OFFICER

ADDRESS OF ENTITY:

TELEPHONE NO(S).

FOR ADDITIONAL INFORMATION: E-MAIL ADDRESS

COST OF TENDER DOCUMENT:

EXPRESSIONS OF INTEREST

Consultancy Services – Strategic Review of the Passport, Immigration

and Citizenship Agency (PICA)PICA-CONSR115/16

The Passport, Immigration and Citizenship Agency (PICA) wishes to invite qualified firms to submit “Expressions of Interest” to conduct a Strategic Review of the Agency. This is in keeping with the Executive Agencies Act which requires Agencies to conduct a periodic review of their performance. The purpose of the consultancy is to assist PICA in determining the strategic and operational framework necessary to carry out its mandate for border security and the processing of applications for Jamaican passports and citizenship within the context of a changing global environment and raised customer expectation.

Deadline for submission is January 19, 2015 at 3 p.m.Interested applicants may obtain further information on the

Agency’s website at: www.pica.gov.jm

PROCURING ENTITY:

SCOPE:

NCC GRADE &/OR CATEGORY:

CONTACT INFORMATION: NAME & POST OF OFFICER

ADDRESS OF ENTITY:

TELEPHONE NO(S).

FOR ADDITIONAL INFORMATION: E-MAIL ADDRESS

COST OF TENDER DOCUMENT:

THE MINISTRY OF JUSTICE

TENDER NOTICE

Renovation Westmoreland, Resident Magistrate’s Court Building

The Ministry of Justice is seeking to procure the services of a contractor to refurbish an existing space to accommodate a Courtroom, a Jury Room and a Judge’s Chamber in the Westmoreland Resident Magistrate’s Court Building, Savanna-la-mar, Westmoreland. ELIGIBILITY OF SUPPLIERS

To be considered eligible, at the time of the Tender Opening, Bids must include the following:• Proof of registration with the National Contracts Commission (NCC), in the

category, Building Construction Grade 4

• Copy of a valid Tax Compliance Certificate (TCC)Non-compliance with all or any of the criteria above will result in automatic disqualification of tender.

CONTACT INFORMATION Michael Henlin: Director, Procurement and Office Services, Actg. NCB (South) Towers, 10th Floor, 2 Oxford Road, Kingston 5 Telephone No.: 876-906-4923-31Email: michael.henlin@moj.gov.jm

SCOPE OF WORK

To refurbish existing space from a meeting room to a twelve (12) Member Jury courtroom with the removal of the adjoining platform to facilitate a judge’s Chamber and Jury Room in accordance with the approved special layout.AVAILABILITY OF TENDERS

Tender documents will be available at a cost of Two Thousand Dol-lars ($2,000.00), payable in Cash or Manager’s Cheque to the Ministry of Justice’s Cashier on the 11th Floor. Documents can subsequently be picked up from the Procurement Unit on the 10th Floor, from Monday, December 31, 2014 between the hours of 9:00 am and 3:00 pm at the address cited above. A mandatory Site Visit will be held on Monday, January 12, 2015. RETURN OF TENDERS Tenders must be deposited in the Tender Box located in the JRIU Meeting Room of the Ministry of Justice, NCB (South) Towers, 10th Floor, 2 Oxford Road, Kingston 5, on or before 2:00 p.m. Monday, Janauary 19, 2015.Tenders will be opened on the same date, at the Ministry, JRIU Meeting Room (10th Floor) at the address stated above at 2:15 p.m. Interested Bidders or their authorized representatives are invited to attend the opening.

The Ministry of Justice reserves the right to accept or reject all bids.

Visit our web site at www.moj.gov.jm

THE PROJECT IS BEING FUNDED BY THE MINISTRY OF JUSTICE

PROCURING ENTITY:

SCOPE:

NCC GRADE &/OR CATEGORY:

CONTACT INFORMATION: NAME & POST OF OFFICER

ADDRESS OF ENTITY:

TELEPHONE NO(S).

FOR ADDITIONAL INFORMATION: E-MAIL ADDRESS

COST OF TENDER DOCUMENT:

National Environment & Planning AgencyRequest for Proposal

NEPA is inviting proposals for an Environmental Specialist (consultant) to conduct a feasibility assessment, to establish and manage a National Wild-life Reserve to assist with recovery strategies for endangered and vulnerable species in Westmoreland, Jamaica.The duties include:1. Confirming the specific reserve site and land ownership for the Wildlife

Reserve2. Conducting a rapid ecological assessment of flora and fauna3. Recommending the management agreement for use of landThe duration of the contract is estimated at 3 months.Bid Validity Period: 90 days after bid closing date Contact Information: Procurement Officer; procurement@nepa.gov.jm Collection of Bids: Bidding documents are available on the Agency’s website at www.nepa.gov.jm /Careers

The closing date for the submission of Bid is 10:00 a.m. on Monday, January 12, 2015 at 11 Caledonia Avenue, Kingston 5. The tender opening is scheduled for 10:15.a.m. in the DAC Meeting Room at the same address on January 12, 2015. Valid Tax Compliance Certificate must be submitted with bid.

PROCURING ENTITY:

SCOPE:

NCC GRADE &/OR CATEGORY:

CONTACT INFORMATION: NAME & POST OF OFFICER

ADDRESS OF ENTITY:

TELEPHONE NO(S).

FOR ADDITIONAL INFORMATION: E-MAIL ADDRESS

COST OF TENDER DOCUMENT:

Invitation to Pre-qualify

JETTY RECONSTRUCTION AT HMJS CAGWAY, PORT ROYAL The Jamaica Defence Force invites sealed submissions from eligible and suitably qualified bidders for pre-qualification for the provision of services for the reconstruction of the jetty at its main Coast Guard Base located at HMJS CAGWAY, Port Royal.NCC Registration: Civil Engineering Works, Grade 1 (Upon qualification)TCC Registration: Current valid registration (Local bidders only)Procurement Method: International Competitive Bidding (ICB) Address of Entity: Finance Office, Headquarters Jamaica Defence Force, Up Park Camp, Kingston 5. Contact: Captain Alicia Cooper A/SO2 J4 (Acquisitions and Disposals)Email: Alicia.cooper@jdf.mil.jm

Telephone: Office: (876) 926-8121 ext 2399, Cell: (876) 504-7919Bid Document A complete set of tender documents in English will beAvailable: available electronically on 17 December 2014 from the JDF’s website at www.jdf.mil.jm.Tender Wednesday, 28 January 2015 at 3:00 p.m., in tender boxClosing Date: at the Finance Office, Headquarters Jamaica Defence Force, Up Park Camp, Kingston 5. Late submissions will be rejected. Tender Opening Wednesday, 28 January 2015 at 3:30 p.m. in Force Conference Ceremony: Room, Headquarters Jamaica Defence Force, Up Park Camp, Kingston 5