Glossary and Definitionsprocurement.gov.ck/wp-content/uploads/2014/09/RFT-141506... · Web...
-
Upload
truongkhuong -
Category
Documents
-
view
213 -
download
0
Transcript of Glossary and Definitionsprocurement.gov.ck/wp-content/uploads/2014/09/RFT-141506... · Web...
Request for Tender
2015 School Stationery and Consumables Tender
Reference No. 141506
Date of Release: 17/09/14
Ministry of Education
Ministry of Education Request for Tender No.141506
Glossary and Definitions
Term Explanation
RFT Request for Tender
Tender Management Team The team that is responsible for the management of this Tender, including the evaluation and administrative functions
Evaluation Committee The group of people within the Tender Management Team that will evaluate this Tender
Manual The Cook Islands Government Financial Policies and Procedures manual
Page 2 of 29
Ministry of Education Request for Tender No.141506
Table of ContentsGLOSSARY AND DEFINITIONS........................................................................................................................................... 2
INTRODUCTION (MANDATORY WITH EACH OF ITS COMPONENTS)....................................................................................4
SUMMARY OF REQUIREMENT.......................................................................................................................................................4SUBMISSION OF TENDER/OFFER...................................................................................................................................................4TENDER/OFFER CLOSING TIME.....................................................................................................................................................4CONTACT OFFICER......................................................................................................................................................................5
SELECTION PROCESS......................................................................................................................................................... 5
NOTIFICATION OF ACCEPTANCE....................................................................................................................................... 5
PROBITY (MANDATORY).................................................................................................................................................. 5
STATEMENT OF REQUIREMENT(S) (MANDATORY)............................................................................................................6
CONDITIONS OF TENDERING (MANDATORY).................................................................................................................... 6
STANDARD CONDITIONS (MANDATORY).......................................................................................................................... 6
SPECIAL CONDITIONS....................................................................................................................................................... 7
APPENDIX A..................................................................................................................................................................... 9
FORM OF TENDER......................................................................................................................................................................9Schedule of Prices............................................................................................................................................................11Proposed Subcontractors................................................................................................................................................11Preliminary Delivery Programme....................................................................................................................................12Referees who may be Contacted.....................................................................................................................................12
APPENDIX B................................................................................................................................................................... 13
TENDER SPECIFICATIONS............................................................................................................................................................13Specifications/ Schedule of Prices/ Schedule of Particulars.............................................................................................13
APPENDIX C................................................................................................................................................................... 14
APPENDIX D................................................................................................................................................................... 21
EVALUATION CRITERIA..............................................................................................................................................................21
Page 3 of 29
Ministry of Education Request for Tender No.141506
Introduction
Summary of RequirementThrough this RFT, the Ministry of Education wishes to procure School Stationery and Consumables for the year 2015.
Submission of Tender/OfferTenders shall be submitted in two complete hard copies, packaged and labelled “CONFIDENTIAL” and have the following information clearly exhibited on the outside:
To: Ministry of EducationPostal Address: P O Box 97, Rarotonga, Cook IslandsTitled: Ministry of Education 2015 School Stationery and Consumables TenderRFT#: 141506
Tender enquiries must be addressed to the “Principal” Director of Finance.
Tender Validity period: Tender will remain valid for 60 working days.
Tender/Offer Closing Time Tenders close at 4:00 pm on 1 October 2014. The Tender Box is located at the Ministry of Education Building, Nikao and tenders should be addressed to:
Ministry: Ministry of EducationName of Tender Official: Director of FinanceMinistry’s postal address: P O Box 97, Rarotonga, Cook Islands
The tenderer is responsible for ensuring that the tender is placed in the Tender Box by the closing time.
Late tenders will not be accepted.
Page 4 of 29
Ministry of Education Request for Tender No.141506
Contact OfficerNegotiations will not be permitted between the Tender Team and any prospective tenderers during the tender advertising period. However, prospective tenderers may seek clarification of the tender documents prior to submitting their tenders. Any enquiries in relation to this tender should be directed to the Contact Officer identified below. Tenderers should note that to ensure no disadvantage to any tenderers, responses to questions pertaining to this RFT will be posted as a Notice to Tenderers on procurement.gov.ck.
Any enquiries in relation to this tender should be directed to the Contact Officer at the address given below.
Name of Person: Anthony TuruaTitle: Finance DirectorAddress: P O Box 97, Rarotonga, Cook IslandsPhone: (682) 29357E-mail: [email protected]
Selection Process
All tenders deposited in the Tender Box by the Closing Time will be considered. Tenders submitted in the form specified in Appendix A to this RFT will then proceed to the evaluation stage.
Evaluation of the responses to this RFT will be in accordance with the Evaluation Criteria described in Appendix D. Failure to comply with the Standard Conditions will result in immediate exclusion from the Evaluation process.
Notification of Acceptance
Tenders shall remain open for acceptance and shall not be withdrawn for a period of sixty (60) working days from the Closing Date of the tender. Unsuccessful tenderers shall be notified in writing by the Principal or their representative within 10 working days of acceptance of the successful tender.
If no tender is accepted by the Principal within twenty (20) working days after the Closing Date, each tenderer will be notified in writing by the Principal or their representative whether their tender is still under consideration or is no longer being considered.
The Tender Team reserves the right to contact referees and/or customers regarding the performance of the tenderer as it may pertain to this RFT.
The Principal shall not be bound to accept the lowest priced tender or the highest scored tender or any tender. When the preferred supplier has been identified by the Tender Team, the Principal will invite the supplier to enter into negotiations based on the draft contract at Appendix C to this RFT. Only when the parties have agreed to the terms of the contract and executed the contract will the Principal issue to the successful tenderer a Letter of Acceptance.
Probity
No gifts or entertainment of any nature will be permitted between any parties involved throughout the tender process, including: tenderers or potential tenderers, tender team members, evaluation team members, the
Page 5 of 29
Ministry of Education Request for Tender No.141506
Head of Ministry, or any other member or organisation that may have an involvement with any aspect of the tender process.
Statement of Requirement(s)
The School Stationery and Consumables Specification is fully described in Appendix B. Product Specification
To enable to supply the School Stationery and Consumables, Tenders should include provision for the Tenderer, at the Tenderer’s own cost to;
Assess and, if successful, acquire all or part of School Stationery and Consumables required; Arrange and pay for delivery of materials to the Ministry of Education, Rarotonga, Cook Islands; and Arrange for insurance coverage for the School Stationery and Consumables required during shipment.
Tenders for the Contract shall be prepared and submitted in accordance with the attached condition of Tender. A valid tender requires the submission of a completed tender form together with a copy file of:
1. A proposed timeframes to complete the contract2. Details of tender background and past experience of services
Conditions of Tendering
The Standard Conditions, or the Standard Terms of Tender as they are referred to in Clauses 4.5.1.2 and 4.7.5 of the Manual are the Mandatory Criteria applying to this Tender. Any offer that does not meet the terms specified in the Standard Conditions below is non-conforming and will not be evaluated.
Standard Conditions
1. Tenders must be completed in the format contained in Appendix A of this RFT. If offers do not comply with this format, they will not be accepted.
2. Tenders must be deposited in the required form in the Tender Box by the closing time as specified above.3. All proposals and related documentation in respect of this RFT must be in the English language. 4. Tenderers must tender to provide services or supply materials for the whole of the contract works as
specified in Appendix B “Specifications”. 5. Tenders must be presented in hard copy format only and delivered in a sealed envelope to the location
specified in this RFT. Telefax and electronic proposals will not be accepted.6. All prices quoted must be inclusive of freight landed in Rarotonga.7. Any other item that is critical to the delivery of the requirement and cannot be compromised. For
example, there might be pre-qualification conditions attached to the RFT and tenderers not meeting such requirements should be excluded.
8. In order for foreign companies to carry on business in the Cook Islands, an application for approval must be sought from the Business Trade and Investment Board (BTIB). Any fees associated with the registration are to be covered by the bidder.
Page 6 of 29
Ministry of Education Request for Tender No.141506
Special Conditions
The following special conditions of Tender apply to this Contract: 1. The Principal shall provide the contractor with a copy of the contract document signed by both principal and
tenderer.2. The tenderer is required to submit, on placement of the Tender application, a proposed work plan outlining
the days and the duration, considered necessary to complete the contract work; from the time of execution of the contract to the contract completion.
3. Upon awarding of the contract works, it is deemed that the tenderer has assessed the project and that all cost both direct and indirect to complete the contract works has been covered in the tendered price.
4. The Principal may ask the tenderer to provide a list of proposed subcontracts and subcontractors before accepting the tender.
5. The Principal may ask the tenderer to provide additional information during the tender evaluation. The tenderer must supply that information in the form and within the time stated in the Principal’s request.
Page 7 of 29
Ministry of Education Request for Tender No.141506
APPENDICES
Page 8 of 29
Ministry of Education Request for Tender No.141506
APPENDIX A
Form of Tender
To : SecretaryCook Islands Ministry of EducationPO Box 97AvaruaRAROTONGA
Re : SUPPLY OF SCHOOLS SCHOOL STATIONERY AND CONSUMABLES
Having examined the Tender Documents in relation to Tender Reference No. 141506 and dated 17/09/2014, released by the Ministry of Education, we submit the following offer.
We offer to complete, handover to the Principal and remedy defects in the whole of the said Tender Specifications in conformity with these Tender Documents for the sum of [insert the price offered in text with the value in numbers thus (NZD$__________.__)] stated exclusive of Value Added Tax, together with such other sums as may be ascertained in accordance with the Contract.
We undertake to complete and handover the whole of the Contract Goods within the period stated in the Conditions of Tendering.
We agree to abide by this Tender for a period of sixty (60) days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted by you at any time before the expiry of that period.
Unless and until a Contract is prepared and executed, this Tender together with your written acceptance thereof, shall constitute a binding contract between us.
We understand that you are not bound to accept the lowest or any Tender you may receive.
We understand that no contract shall come into existence, and no legal or other obligations shall arise between us and you (or between us and any other agent of the Principal) in relation to the conduct, outcome or otherwise of the Tender process, prior to and apart from your acceptance of our Tender.
We understand that you may contact the referees nominated by us in this offer and make whatever enquiries you deem necessary regarding our financial health and ability to deliver the Contract Goods. Further, during the assessment stage we understand and agree that you may request specific information from all tenderers in order to assist your assessment. We acknowledge that a failure to provide such information may result in disqualification from the process.
We provide the following information required to be submitted with this Tender:
Completed Schedule of Prices Proposed Subcontractors (if relevant) Preliminary Delivery Programme List of Referees you may contact in relation to this offer.
Page 9 of 29
Ministry of Education Request for Tender No.141506
Signature: _______________________________________________________________________
Printed Name: _______________________________________________________________________
Position Held: _______________________________________________________________________
Tenderer: _______________________________________________________________________
Address: _______________________________________________________________________
_______________________________________________________________________
_______________________________________________________________________
Date: _______________________________________________________________________
E-mail Address: _______________________________________________________________________
Phone No.: _______________________________________________________________________
Facsimile No.: _______________________________________________________________________
Page 10 of 29
Ministry of Education Request for Tender No.141506
Schedule of Prices
Proposed Subcontractors
Name: ________________________________________________________________
Company: ________________________________________________________________
Address: ________________________________________________________________
________________________________________________________________
________________________________________________________________
E-mail Address: ________________________________________________________________
Phone No.: ________________________________________________________________
Facsimile No.: ________________________________________________________________
Works/Skills to be performed.
________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Educational/Technical Qualifications:
________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Work Experience:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Page 11 of 29
Ministry of Education Request for Tender No.141506
Preliminary Delivery Programme
Referees who may be Contacted
Name: ________________________________________________________________
Company: ________________________________________________________________
Address: ________________________________________________________________
________________________________________________________________
________________________________________________________________
E-mail Address: ________________________________________________________________
Phone No.: ________________________________________________________________
Facsimile No.: ________________________________________________________________
Nature of Relationship with Tenderer:
________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Page 12 of 29
Ministry of Education Request for Tender No.141506
APPENDIX B
Tender Specifications/Schedule of Rates
2015 School Bulk Stationery Order -Tender
Stationeries
Description Unit
PriceOrder Qty
Order Units
Order Cost
Exercise Book (100bbks/ctn) -1A5 450 each
Exercise Book (100bks/ctn) -1B5 14366 each
Exercise Book (100bks/ctn) -1F4 2935 each
Exercise Book (100bks/ctn) -1U4 750 each
Exercise Book (100bks/ctn) -1H5 1065 each
Exercise Book (100bks/ctn) -1E5 3990 each
Exercise Book (100bks/ctn) -1H4 300 each
Exercise Book (100bks/ctn)-1L4 100 each
Exercise Book (100bks/ctn)-1L5 390 each
Exercise Book (200bks/ctn)-5B1 70 each
Exercise Book - Refill (100bks/ctn)-14J5 250 each
Exercise Book - Refill (100bks/ctn)-14B8 5100 each
Impact Beginners Writing Picture Book (WDB) 1050 each
A4 Scrapbooks 520 each
Warwick Scrap Book Full On - A3 762 each
WB Artwork Sketch Books-Art Spiral A3 334 each
Duraseal 15mx450mm (10rls/bx) - AD80 27 each
Dixon Wall Clock 87 each
Chalk Crayola 100 sticks per box -White 86 box
Chalk Crayola 100 sticks per box -Colour 86 box
Felt Pens Cascade Artwork-12pns/pkt 171 pack
Pencils Coloured Crayola 12/pkt 1/2 size-sml 76 pack
Pencils Coloured Crayola 12/pkt full size-lge 454 pack
Pencils HB with Erasers-6pnls/pkt 1149 Pack
Micador 2B Sketching pencils-20pnls/pkt 53 pack
Micador 4B Sketching pencils-20pnls/pkt 12 pack
Micador 6B Sketching pencils-20pnls/pkt 70 pack
Pencils -Faber Castell Classic Colour Pencils, Lge (12pcs/pkt) 57 pack
Pencil Sharpener Single Plastic 63 210 each
Pencil Sharpener Desk KW305A Desk Mount 76 each
Crayons - Pack of 8-sml 60 pack
Crayons - Pack of 16-sml 174 pack
Crayons -Standard Jumbo Pk of 12-lge 498 pack
Crayons -Hard Retsol Grease Crayons, 10's -Black 21 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Dark Blue 19 bundle
Page 13 of 29
Ministry of Education Request for Tender No.141506
Crayons -Hard Retsol Grease Crayons, 10's -Light Blue 18 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Dark Green 20 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Light Green 19 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Ultra Marine 20 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Brown 18 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Turquoise 14 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Magenta 14 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Red 18 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Violet 14 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Pink 15 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Orange 18 bundle
Crayons -Hard Retsol Grease Crayons, 10's -White 18 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Yellow 18 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Crimson 14 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Vermillion 14 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Grey 18 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Purple 17 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Ochre 13 bundle
Crayons -Hard Retsol Grease Crayons, 10's -Lilac 13 bundle
Crayons -Micador Oil Pastels (12/pkt) 69 pack
Pen -Ball Point (Biro Bic) 10/pkt -Black 102 pack
Pen -Ball Point (Biro Bic) 10/pkt -Blue 234 pack
Pen -Ball Point (Biro Bic) 10/pkt -Red 129 pack
Pen -Staedtler Stick 10/pkt -Black 525 each
Pen -Staedtler Stick 10/pkt -Blue 627 each
Pen -Staedtler Stick 10/pkt -Red 426 each
Pen Eraser - White Uni Correct Pen 168 each
Rubber - Warwick Eraser Small (60/bx) 2680 each
Warwick Rubberband Assorted 500gm 34 pack
Glue Stick Amos 8g sml (30/pkt) 674 each
Amos Glue Stick - Non Toxic 1.23oz/35g 809 each
Ruler -Warwick Ruler Wooden -1 meter 50 each
Rulers 30cm White School - 300mm 2127 each
Envel. DLE Manila Seal Easi 80gsm Non, (500/bx)-E20E 5 box
Envel. DLE White Seal Easi 80gsm Non, (500/bx)-E20E 17 box
Envel. DLE White Window Seal Easi (500/bx) 6 box
Envel. DLE Airmail sealeasi (500/bx)-E20E 5 box
Envel. A4 Manilla Pocket Seal Easi C4 Envelopes, 250s 9 box
Envel. A4 White Seal Easi C4 Envelopes C4 Envelopes, 250s 5 box
Carton Fullscap FM Storage - Brown 450 each
Carton Fullscap FM Storage - White 316 each
Folders - Manilla F/P Kraft-100/pkt 5412 each
"Scissors 5" Dixon Grad 133mm" 123 each
"Scissors 7" Dixon Grad 190mm" 189 each
"Scissors 8" Dixon Gen 210mm" (Yellow handle) 223 each
Student Compass 210 each
Student Protractors 447 each
Page 14 of 29
Ministry of Education Request for Tender No.141506
Compass for Blackboards 11 each
Protractors for Blackboards 13 each
Staples - Rapid 26/6 289 pack
Staples -Rapid 13/6 (6mm) (pin) -RS1365 43 pack
Staples -KW-Trio 023A, 23/10 staples 42 pack
Staples -KW Staples R13, 23/13 (4mm) 4 pack
Paper Clip Dispenser 25 each
Stapler Stand Up Black 57336 133 each
Stapler -KW Heavy Duty Cap 50LB 6 each
Stapler -KW Stapler Long Arm 317mm Throat 5900 9 each
Staple Gun Rapid 6mm R13 36 each
Hole Punch - 2 Hole KW 9760 31 each
Tape -Sellotape 36mm x 55m -Clear 70 each
Tape -Sellotape 48mm x 50m -Clear 168 each
Tape -Sellotape 1554 36mm x 55m -Tan 27 each
Tape -Sellotape 48mm x 50m -Tan 68 each
Tape -Masking Tape 24mm * 50m White 134 each
Tape -Sellotape Cellulose 18mm*66m 73 each
Tape -Sellotape Cellulose 12mm*66m 52 each
Tape -Tape Scotch Book 51mm x 15m 29 each
Tape -5 Star Cloth Tape H/Duty M/Surface 50mmx25m -Yellow 13 each
Tape -Brother Ptouch Tape TZE-231, (Black on White) -12mm 21 each
Tape -Brother Ptouch Tape TZE-231, (Black on White) -18mm 15 each
Brother Ptouch Machine PTH1054 (Tagging Machine) 4 each
Blu-Tak 75gm Bostik (25pkts/bx) 188 each
Dusters Black Felt with Wood Handle 82 each
Whiteboard Duster 127 each
Marker Wallet Warwick Perm FineTip-4/pkt 109 pack
Marker -Whiteboard Pilot Brand-12/pkt -Black 398 each
Marker -Whiteboard Pilot Brand-12/pkt -Blue 423 each
Marker -Whiteboard Pilot Brand-12/pkt -Red 300 each
Marker -Whiteboard Pilot Brand-12/pkt -Green 333 each
Marker -Pilot Marker Bullet Fine Black 87 each
Marker -Pilot Marker Bullet Fine Blue 95 each
Marker -Pilot Supercolour Marker Jumbo Chisel Tip -Black 94 each
Marker -Pilot Supercolour Marker Jumbo Chisel Tip -Blue 94 each
Marker -Pilot Supercolour Marker Jumbo Chisel Tip -Green 77 each
Marker -Pilot Supercolour Marker Jumbo Chisel Tip -Red 77 each
Markers -Uni Prockey Water B Bullet Tip, PM-122 Mkrs (12's) -Black 45 each
Markers -Uni Prockey Water B Bullet Tip, PM-122 Mkrs (12's) -Blue 87 each
Markers -Uni Prockey Water B Bullet Tip, PM-122 Mkrs (12's) -Red 97 each
Markers -Warwick Permanent Marker Bullet Tip, 12/pkt 52 pack
Pens OHP Non-Permanent Luxor -Pk of 4 7 pack
Highlighters Topstar Yellow -bx of 10 113 each
Wwk Highlighter Stubby Asst Colours 4/pk 178 pack
Donaghy String Cotton 60gm Blue Box 39 each
Plastic Whistles 57 each
Page 15 of 29
Ministry of Education Request for Tender No.141506
Sharp Calculator 12 Digit Hand Held EL123S 63 each
Sharp Calculator 120 Digit EL124A 10 each
Hopax Stick on Notes 76 x 76mm - 100/shts Yellow 307 each
Hopax Stick'n Note Rainbow Neon 400/shts 76 x 76mm 58 each
Paper Fastener 2pc (50/pk) 15 pack
Warwick Paper Clips 31mm Rainbow Pk 200 75 pack
Drawing Pins -Brass # 3 (200's) 48 pack
Batteries size AAA - 4/card 111 card
Batteries size AA - 4/card 198 card
Batteries size D - 2/card 72 card
Batteries size C - 2/card 31 card
Fujitsu Batteries 9V Ultra Alkaline 55 each
Paste School Bostik -500gm bag 25 each
Warwick Glue PVA White Resin General -2 Litres 35 each
Paste Bottle sml with Brush -150ml 122 each
Paste Bottle sml no Brush (Squeeze) -175ml 40 each
Paste -Multi-Purpose Paste (Wall paste) -1.5ltrs 7 each
Brown Paper - Rolls 900mm*300m 21 each
Teachers Workplan Book 8 Period 338 each
Protec Plasters Fabric Strp Dressing 48 pack
Digital Electrical Timer (Jastek) 14 each
Protec Plasters Plastic (19x72mm) 100 Pk 30 pack
DVD-Blanks -50 pack cyl. 4.7GB -50 Pack 5 pack
Dixon Resealable Bags 180*255mm (25/pk) 27 pack
Dixon Resealable Bags 230*305mm (25/pk) 69 pack
Warwick Foldback Clips (Bulldog) -41mm (12pcs/pk) 86 each
Warwick Foldback Clips (Bulldog) -50mm (8pcs/pk) 191 each
KW Trio A4 Paper Guillotine 3922 -Metal 5 each
Fellowes Trimmer A4 Neutron Plus 2 each
Fellowes Laminator Jupiter A3 2 each
Filemaster 100 A4 Copysafe Pockets 189 pack
Filemaster 10 A5 Copysafe Pockets 10 pack
FM Refillable DisplayBk Refill A4 (loose) -10/pack 50 pack
FM Student Binder A4 2/26 Premium 104 each
FM Ring Binders - Impact Lever Arch A4 Blk 61 each
FM Vivid Binder A4 (Ringbinder) -Lime 48 each
FM Vivid Binder A4 (Ringbinder) -Burnt Orange 16 each
FM Vivid Binder A4 (Ringbinder) -Shocking Pink 19 each
FM Vivid Binder A4 (Ringbinder) -Ice Blue 20 each
FM Vivid Binder A4 (Ringbinder) -Passion Purple 16 each
FM Magazine File No.2 White 80x250x230 44 each
FM A4 5 TAB Coloured Cardboard Indices 33 set
FM A4 10 TAB Coloured Cardboard Indices 27 set
Art Brush 5642Flt (12bhs/pkt)-No4 180 each
Art Brush 577Flt (12bhs/pkt)-No16 222 each
Art Brush B5008R2Rnd (12bhs/pkt)-No2 22 each
Art Brush 5008R6 (12bhs/pkt) -No6 22 each
Page 16 of 29
Ministry of Education Request for Tender No.141506
Plastic Binding Coil (100/bx) -8mm 11 box
Plastic Binding Coil (100/bx) -10mm 12 box
Plastic Binding Coil (100/bx) -12mm 11 box
Plastic Binding Coil (100/bx) - 14mm 1 box
Plastic Binding Coils (25/bx)-20mm 5 box
Plastic Binding Coils (25/bx)-25mm 2 box
Plastic Binding Coils (25/bx)-32mm 2 box
Plastic Binding Coils (25/bx)-38mm 3 box
Plastic Binding Coils (25/bx)-51mm 1 box
Glossy Lamin Pouches 100's A4-80micron 142 pack
Glossy Lamin Pouches 100's A3-80micron 40 pack
Clear Files -FM Display Book A4 -10 pockets 96 each
Clear Files -FM Display Book A4 -20 pockets 454 each
Clear Files -FM Display Book A4 -40 pockets 243 each
Clear Files -FM Display Book A4 -60 pockets 340 each
Clear Files -FM Display Book A4 -80 pockets 80 each
Clear Files FM Display Book A4 -100 pockets 107 each
FM L Shaped Clear Holder A4 Mulberry-12/pkt 59 pack
FM L Shaped Clear Holder A4 Clear-12/pkt 64 pack
Crd A4 Trophee Intensive Orange (Robin Red) 250shts-160gsm 10 ream
Crd A4 Trophee Flame (Fantail Orange) 250shts-160gsm 15 ream
Crd A4 Trophee Ivoire Cream (Pintail Cream) 250shts-160gsm 8 ream
Crd A4 Trophee Intense Yellow (Canary Yellow) 250shts-160gsm 12 ream
Crd A4 Trophee Billiard Green (Warbler Green) 250shts-160gsm 14 ream
Crd A4 Trophee Jade (Leafbird Green) 250shts-160gsm 2 ream
Crd A4 Trophee Intensive Blue (Kingfisher Blue) 250shts-160gsm 13 ream
Crd A4 Trophee Dark Blue (Swallow Blue) 250shts-160gsm 4 ream
Crd A4 Trophee Steel Grey (Sparrow Grey) 250shts-160gsm 10 ream
Crd A4 Trophee Chamois (Curlew Cream) 250shts-160gsm 11 ream
Crd A4 Trophee Pink (Flamingo Pink) 250shts-160gsm 10 ream
Crd A4 Trophee Intense Red (Rosella Red) 250shts-160gsm 2 ream
Crd A4 Trophee Lilac 250shts -160gsm 9 ream
Trophee Paper Sunflower (Goldcrest Yellow) A4 500shts -80gsm 6 ream
Trophee Paper Flamingo Pink (Flamingo Pink)A4 500shts -80gsm 12 ream
Reflex P/Copy Paper White A3 (500s)-80gsm 22 ream
Reflex P/Copy Paper Yellow Tinted A4 (500s)-80gsm 23 ream
Reflex P/Copy Paper Blue Tinted A4 (500s)-80gsm 26 ream
Reflex P/Copy Paper Green Tinted A4 (500s)-80gsm 24 ream
Reflex P/Copy Paper Pink Tinted A4 (500s)-80gsm 17 ream
Crds-Trophee Intense Red (Rosella Red) A4 (250s)-210gsm 1 ream
Crds-Trophee Card Flame (Fantail Orange) A4 (250s)-210gsm 4 ream
Crds-Trophee Card Sunflower (Goldcrest Yellow) A4 (250s)-210gsm 1 ream
Crds-Trophee Card Intense Yellow (Canary Yellow) A4 (250s)-210gsm 2 ream
Crds-Index Lapwing Brown A4 (100s)-225gsm 2 ream
Crds-Trophee Card Billiard Green (Warbler Green) A4 (250s)-210gsm 6 ream
Crds-Trophee Card Dark Blue (Swallow Blue) A4 (250s)-210gsm 4 ream
Crds-Trophee Card Royal Blue (Peacock Blue) A4 (250s)-210gsm 4 ream
Page 17 of 29
Ministry of Education Request for Tender No.141506
Crds-Trophee Card White (Osprey White) A4 (250s)-210gsm 18 ream
Crd A1 Olympic Card Coloured Assorted (100s)-160gsm 6 ream
Crd A2 Olympic card Coloured Assorted (100s)-160gsm 27 ream
Crd A2 Olympic Fluoro Assorted (50s)-210gsm 23 ream
Crd A3 Olympic Card Bright 5 Colours -160GSM 23 ream
Canon P/Copy Paper White A3 Office 500's 82 ream
Canon P/Copy Paper White A4 Office 500's 4500 ream
Filemaster Magazine File # 5 Woodgrain 156 each
OMX HP Transparent (3M OHP Film) A4 -100/pkt 5 pack
Newsprint A1 Reams 500shts/rm -45gsm 16 ream
Newsprint A2 Reams 500shts/rm -45gsm 15 ream
Newsprint A3 Reams 500shts/rm -45gsm 17 ream
Newsprint A4 Reams 500shts/rm -45gsm 10 ream
Paper Standard Cartridge A2 P/Offset White (250s) -100gsm 6 ream
5 Star NZ Aquacryl (SA) Paint Black - 2L 26 each
5 Star NZ Aquacryl (SA) Paint Cool Blue - 2L 26 each
5 Star NZ Aquacryl (SA) Paint Cool Red - 2L 24 each
5 Star NZ Aquacryl (SA) Paint Cool Yellow - 2L 24 each
5 Star NZ Aquacryl (SA) Paint Green - 2L 19 each
5 Star NZ Aquacryl (SA) Paint Violet - 2L 25 each
5 Star NZ Aquacryl (SA) Paint Warm Red - 2L 22 each
5 Star NZ Aquacryl (SA) Paint White - 2L 30 each
5 Star NZ Aquacryl (SA) Paint Warm Yellow - 2L 26 each
5 Star NZ Aquacryl (SA) Paint Warm Blue - 2L 25 each
5 Star NZ Aquacryl (SA) Paint Red Oxide - 2L 10 each
Water Colour Powder 200gsm -Cobalt Blue 5 each
Water Colour Powder 200gsm -Red 4 each
Water Colour Powder 200gsm -Yellow 4 each
Water Colour Powder 200gsm -Green 3 each
Water Colour Powder 200gsm -Orange 3 each
Water Colour Powder 200gsm -Brown 3 each
Ezi Dye 500ml -Blue 12 each
Ezi Dye 500ml -Green 12 each
Ezi Dye 500ml -Red 11 each
Ezi Dye 500ml -Yellow 11 each
Fabric Dye 1 ltr -Black 19 each
Fabric Dye 1 ltr-Blue 20 each
Fabric Dye 1 ltr-Crimson 18 each
Fabric Dye 1 ltr-Green 20 each
Fabric Dye 1 ltr-Red 20 each
Fabric Dye 1 ltr-White 14 each
Fabric Dye 1 ltr-Yellow 22 each
Head -Deskscrub (Soft - Indoor Use) 6 each
Handles for Deskscrub 6 each
Disinfectant 5 Litres 131 each
Sunlight Soap (4/pk) 51 pack
Squeeze Mop Sponge - Head Only 48 each
Page 18 of 29
Ministry of Education Request for Tender No.141506
Squeeze Mop Sponge -Complete Set 33 each
20 OZ Round Mop Head (Cotton) 44 each
Jiff 5 Litres 39 each
Ajax Spray & wipe Triggers - 500ml 129 each
Sunlight Liquid 5 Litres 63 each
Toilet Soap 50g - 100/ctn 390 each
Hand Towel 1 Ply Interleaved (200's) (18pk/ctn) 224 Pack
Toilet Paper - 48 rolls/ctn 473 carton
Verbatim USB Flash 4GB Micro Drive Keys -Blue 93 each
Pilot Begreen Correction Tape, 4mm x 6m 3 each
Amos Correction Rollers, Two-Way 2 each
20 Set A3 Whiteboard 20 each
Paper Heavy Wet Strength Cartridge A3 White -230gsm 2 carton
Verbatim USB 16GB Flash Drive Keys -Blue 2 each
Plastic A4 Document Pouch String Fastener 20 each
FM L Shaped Clear Holder A4 Mulberry-12/pkt 14 pack
FM L Shaped Clear Holder A4 Mulberry-12/pkt 14 pack
FM L Shaped Clear Holder A4 Mulberry-12/pkt 14 pack
Warwick Exercise Book -8B4 10 each
2015 Diaries (A5 Size) 7 each
Collins Vivid Notebook -Wiro Cardboard -Side Opening -A5 (Ice Blue) 5 each Collins Vivid Notebook -Wiro Cardboard -Side Opening -A5 (Lime Green)
5 each
Total $ -
OVERALL TOTAL: $ -
Page 19 of 29
Ministry of Education Request for Tender No.141506
2015 School Bulk Stationery Order -Tender
Consumables
Description Unit
PriceOrder Qty
Order Units
Order Cost
Brother TN2025 Toner (Prntr HL2040) -TN2025 7 each
Brother Ink LC38BK -Black 2 each
Brother Ink LC38M -Magenta 2 each
Brother LC47 Black-LC47BK 5 each
Brother LC57 Black -LC57BK 2 each
Brother LC57 Magenta-LC57M 2 each
Brother LC57 Yellow-LC57Y 2 each
Brother LC57 Cyan-LC57C 2 each
Brother TN2150 toner High Yield (HL2140) -TN2150 1 each
Brother HL5380DN toner Cartridge -TN3290 8 each
Brother HL5380DN Drum Unit -DR3215 4 each
Brother HL4050 CDN Toners Cyan -TN150C 2 each
Brother HL4050 CDN Toners Magenta -TN150M 2 each
Brother HL4050 CDN Toners Yellow -TN150Y 2 each
Brother HL-2250DN Cartridge -TN-2250 35 each
Brother HL-2250DN Drum Unit -DR-2225 19 each
Brother Ink LC73BK -Black 3 each
Brother Ink LC73C -Cyan 3 each
Brother Ink LC73M -Magenta 3 each
Brother Ink LC73Y -Yellow 3 each
Canon PG40 Black Pigmenty Ink -PG40 7 each
Canon CL41 Colour Chromalif Ink -CL41 3 each
Canon PG 510 Fine Cartridge Black -PG510 12 each
Canon CL 511 Fine Cartridge Colour -CL511 6 each
HP Toner CE285A 85A, HP85A -Black 2 each
OKI B411d/B411dn/B431d/B431dn Toner 4K 3 each
OKI B431 12K Toner 6 each
Richo Aficio MP2582SP Toner -Type 2320D 2 each
HP Photosmart C4750 Toner -HP CC640WN HP60 -Black 2 each
HP Laserjet 1015 Toner -Q2612A HP12A -Black 2 each
Laserjet M1212NF MFP Cartridge -HP CE285A HP85A -Black 2 each
HP CH563WN HP61 XL Ink Cartridge -Black 2 each
HP CH564WN HP61 XL Ink Cartridge -Colour 2 each
HP DeskJet D2360 Ink Cartridge -C9351AN HP21 -Black 2 each
Epson WF 3520 Ink Cartridge -Epson LD-T127120 (T1271) -Black 2 each
Epson WF 3520 Ink Cartridge -Epson LD-T127220 (T1272) -Cyan 2 each Epson WF 3520 Ink Cartridge -Epson LD-T127320 (T1273) -Magenta
2 each
Epson WF 3520 Ink Cartridge -Epson LD-T127420 (T1274) -Yellow 2 each
Printer Ricoh MP2501SP -Ricoh MP2501SP Toner Cartridge 5 each
HP 564XK Ink Cartridges -Black 5 each
Page 20 of 29
Ministry of Education Request for Tender No.141506
HP 564XK Ink Cartridges -Magenta 5 each
HP 564XK Ink Cartridges -Yellow 5 each
HP 564XK Ink Cartridges -Cyan 5 each
OKI C5650/C5750 Toners -Black 7 each
OKI C5650/C5750 Toners -Magenta 7 each
OKI C5650/C5750 Toners -Cyan 7 each
OKI C5650/C5750 Toners -Yellow 7 each
Total $ -
APPENDIX C
Page 21 of 29
Ministry of Education Request for Tender No.141506
TERMS AND CONDITIONS FOR SUPPLY OF PRODUCT
The Supplier agrees to supply the Product described and detailed in the Purchase Order issued by the Government of the Cook Islands (the “Government”) on the following terms and conditions:
1. APPLICATION
These terms and conditions apply to all purchases of Product except where the Government agrees in writing that they be varied or do not apply. These terms and conditions supersede any contrary provisions in the Supplier’s terms and conditions of supply including those terms that the Supplier normally uses. No right under these terms and conditions shall be deemed to be waived except by notice in writing by each party. In the event that any one or more of the provisions contained in these terms and conditions are declared invalid by an order, decree or judgment of any Court of competent jurisdiction, these terms and conditions will be read as if such provision had not been inserted.
2. PRICES
2.1. The prices stated on the Government’s Purchase Order are fixed, unless there is a written agreement stipulating the price may be varied, when it may be varied and how the price is to be determined.
2.2. The price includes freight, insurance, packaging, crating, local cartage, customs duty and/or any other services in the delivery of the Product.
2.3. The price shall be in New Zealand dollars unless otherwise specified in the Purchase Order.
2.4. The price is exclusive of VAT.
2.5. The Supplier is not entitled to claim expenses, surcharges or margins or disbursements except if otherwise agreed in advance and in writing by the Government.
3. DELIVERY
3.1. The time of delivery of the Product is a fundamental element of these terms and conditions.
3.2. The Product shall be delivered and rendered in a prompt and timely manner on or within the delivery dates specified in the Purchase Order. All Product must be delivered within the Government business hours (normal business hours are 8:00 am to 4:00 pm, Monday to Friday), unless otherwise specified in the Purchase Order.
3.3. The Supplier shall notify the Government in writing immediately when the Supplier becomes aware there may be a delay in the delivery of Product to the Government.
3.4. The Government is entitled to cancel the Purchase Order or change its specification (without incurring additional charges) if the Product is not supplied on the supply dates or times specified in the Purchase Order.
3.5. All Product must be supplied to the address specified in the Purchase Order. The Supplier shall make itself aware of any special requirements when supplying the Product to Government property.
Page 22 of 29
Ministry of Education Request for Tender No.141506
3.6. When Product is delivered to the Government it shall be accompanied by a delivery docket that records the Purchase Order number, the description, quantity with the applicable units of measure, unit rates and dollar values of the Product delivered. The delivery docket must be signed for and retained by a Government officer.
3.7. All Product shall be packaged in a manner to prevent damage or deterioration when being delivered to the Government.
3.8. The Government may use other suppliers for the supply of Product, or product of the same nature as the Product, at any time.
4. IDENTIFICATION
4.1. The Purchase Order number must be shown on all packages, invoices and correspondence relating to the Product. Product supplied against an invalid Purchase Order or without a Purchase Order, will be returned to the Supplier at the Supplier's expense including the cost of packaging, transportation, insurance and handling of the Product.
4.2. Where applicable, the Supplier grants the Government access to the Supplier’s premises, facilities and staff concerning the delivery and identification of the Product. The Government shall have the right to audit and inspect the Supplier’s records concerning delivery of the Product. These rights are for both the Government and any other party that has the use or benefit of the Product.
5. QUALITY, INSPECTION AND ACCEPTANCE
It is a condition of these terms and conditions and the Supplier warrants that:
5.1. All Product shall be in accordance with any requirements set out in these terms and conditions and/or in the Purchase Order and shall be free from defects in workmanship, materials and design. These obligations survive acceptance of the Product and payment.
5.2. The Supplier shall use the highest reasonable standard of skill, care and quality and employ techniques, methods, procedures and materials of a high quality and standard in accordance with best professional practice in providing the Product.
5.3. The Supplier will comply with all relevant (a) Cook Island standards and international standards (if not in conflict) (both general and industry-specific); (b) statutes; (c) regulations; (d) by-laws; (e) ordinances; and (f) Government policies, applicable in respect of the supply of the Product.
5.4. Where the Supplier has the benefit of any warranties or covenants from a third party in respect of the Product, the Supplier shall disclose and assign the benefit of the warranties and/or covenants to the Government.
5.5. The Product, its material and workmanship, shall be subject to inspection and testing at all reasonable times and places by the Government (or those parties to whom the Government supplies the Product) before, during or after delivery.
5.6. If inspection and testing is to be conducted on the premises of the Supplier or the Supplier’s sub-contractors, the Supplier shall provide (without additional charge) all reasonable facilities and
Page 23 of 29
Ministry of Education Request for Tender No.141506
assistance for the safe and convenient inspection and testing required by the Government's inspectors in the performance of their duty.
5.7. The Supplier acknowledges that the signing of a delivery note or similar on behalf of the Government does not constitute acceptance of any Product. The Government may reject any Product, even after it has been accepted, that: (a) are not of merchantable quality; (b) are not fit for purpose as stipulated in the Purchase Order; (c) are in an unsatisfactory condition or not functioning in the way they are designed to function; or (d) do not otherwise meet the requirements (including requirements relating to delivery) of these terms and conditions, ("Rejected Product").
5.8. For any Rejected Product the Supplier will, within ten (10) business days of receiving notice of Government's rejection of the Rejected Product, at the Government's sole and absolute discretion and at the Supplier's sole risk and expense: (a) repair the Rejected Product; (b) replace the Rejected Product; (c) remove the Rejected Product for full credit or reimbursement.
5.9. Title to the Rejected Product will pass back to the Supplier on the earlier of the replacement of the Rejected Product or, refund or credit of any amounts paid by the Government as specified in clause 5.8(c).
5.10. Clauses 5.7 and 5.8 do not limit or negate any other rights or remedies that the Government may have under these terms and conditions or at law.
5.11. The Government’s failure to inspect does not relieve the Supplier of any responsibility to perform its obligations according to these terms and conditions.
6. OWNERSHIP AND RISK
6.1. Subject to clauses 5.7 and 5.8:
a. title in the Product passes to the Government when the Product is delivered to the Government or when the Government completes payment for the Product, whichever is the earlier date;
b. the Product remains at the Supplier’s risk until the Product is delivered to the Government.
6.2. Where the Product is delivered to the Government to be installed and/or commissioned, the Product remains at the Supplier’s risk until the completion of installation and commissioning.
7. PAYMENT
7.1. The Supplier shall provide to the Government’s Contact Person, within five (5) business days of the end of the month following delivery of the Product, a VAT tax invoice for each delivery of the Product, stating Purchase Order number, date of delivery and full description of the Product and quantity delivered. Invoices received without all of these details will be returned to the Supplier, unpaid.
7.2. If monthly charges are applicable, the Supplier shall supply to the Contact Person specified in the Purchase Order a monthly statement of that month’s deliveries not later than the tenth business day of the month following delivery.
7.3. Invoices and statements are to be addressed to the address specified in the Purchase Order.
Page 24 of 29
Ministry of Education Request for Tender No.141506
7.4. Subject to clause 5, payment for Product delivered, once accepted, will be effected on the first Wednesday on or after the 20th of the month following the date of the Supplier’s VAT tax invoice or receipt of the delivery of the Product, whichever is the later.
7.5. Any invoices provided by the Supplier which have not met the requirements of this Payment clause will not be effected.
7.6. Payment will be effected by Electronic Funds Transfer (EFT) (direct credit).
Page 25 of 29
Ministry of Education Request for Tender No.141506
8. CONFLICT
8.1. The Supplier confirms it has no knowledge of any conflict of interest in providing the Product.
8.2. If any conflict arises or has the potential to arise during the supply of the Product, the Supplier shall immediately inform the Government in writing and the Government will decide on the appropriate steps to be followed in such event, which may include the right of the Government to terminate the Purchase Order with immediate effect.
9. ASSIGNMENT
The Supplier must not assign, transfer or sub-contract any rights or obligations applicable under these terms and conditions without the prior written consent of the Government, such consent to be given at the Government’s absolute discretion.
10. NOTICES
10.1. All correspondence shall include the Purchase Order number and addressed to the Government’s Contact Person named on the Purchase Order form.
10.2. All correspondence shall be in writing sent by email, mail with postage prepaid or by hand delivery to the address for notices as set out above or such other address as a party has notified in writing.
10.3. Subject to clause 10.4, notice given in person is deemed to be served upon delivery or by post three (3) business days after the date of posting. Any notice served on a non-business day is deemed to have been served on the first business day after that day. Any notice by email shall be deemed to be received on the first business day after such email has reached the receiver’s designated information system for receiving emails or, in all other situations, when the email comes to the receiver’s attention.
10.4. The Government shall only be deemed to have received delivery of a notice upon the Government acknowledging in writing receipt of the notice.
11. INDEMNITY
The Supplier indemnifies the Government in respect of all costs (including legal costs), claims, liabilities, losses, damage and expenses suffered or incurred by the Government and any other person claiming through the Government as a direct or indirect consequence of any unlawful, negligent, tortious, criminal, reckless or dishonest errors, acts or omission of the Supplier in the performance of its obligations under these terms and conditions. This indemnity survives the termination of these terms and conditions.
12. REMEDIES
The Supplier shall not be entitled to anticipatory profits or to special (including multiple or punitive), incidental or consequential damages or losses.
13. INSURANCES
13.1. The Supplier shall take out and maintain at its own cost, at all times during the continuance of these terms and conditions, such insurances as specified in the Purchase Order. All such insurance shall be on such terms and with such insurers as the Government may reasonably require.
Page 26 of 29
Ministry of Education Request for Tender No.141506
13.2. The Supplier shall, if requested by the Government, provide the Government with written evidence that all insurances are in force and shall produce, whenever reasonably required by the Government, the relevant policies and evidence of payment of the current premiums. If the Supplier fails to provide such evidence the Government may, after notifying the Supplier in writing, arrange or keep in force that insurance and may, for the purpose of doing so, pay the relevant premiums and deduct a corresponding amount from any moneys payable by Government to the Supplier under these terms and conditions.
14. LAW
These terms and conditions are governed by the laws of the Cook Islands. The parties agree to submit to the exclusive jurisdiction of the High Court of the Cook Islands.
15. TERMINATION FOR CONVENIENCE
Notwithstanding anything to the contrary contained in these terms and conditions, the Government shall be entitled to cancel any applicable Purchase Order, at its convenience, on 10 days' written notice to the Supplier; provided the Government will pay for all Product delivered to the satisfaction of the Government in respect of any Purchase Order, prior to the date of notice of cancellation.
16. GENERAL WARRANTIES
The Supplier represents, warrants and undertakes that:
16.1. it has full power, capacity and authority to execute, deliver and perform its obligations under these terms and conditions or any Purchase Order;
16.2. it has and will continue to have, all necessary consents, permissions, licences and rights to enter into and perform its obligations under these terms and conditions or any Purchase Order;
16.3. there are no existing agreements, undertakings or arrangements which prevent it from entering into these terms and conditions or which would impede the performance of its obligations under these terms and conditions or any Purchase Order;
16.4. it has not offered any inducement in connection with the entering into or negotiation of these terms and conditions or any Purchase Order and;
16.5. it has not (nor is any of its representative directors or employees) a party to any litigation, proceedings or disputes which could adversely affect its ability to perform its obligations under these terms and conditions or any Purchase Order.
Page 27 of 29
Ministry of Education Request for Tender No.141506
PURCHASE ORDER
Government: Her Majesty the Queen acting by and though the Ministry of Education
Signed:_____________________________
Name:
Position:
Date:
Supplier: [Insert Supplier details]
Signed:_____________________________
Name:
Position:
Date:
_____________________________________________________________________________________
Product: [insert details of product to be supplied including the purpose for which the product and service is being purchased]
Delivery: [insert details of where product should be delivered to and when] The Supplier must start work to supply consignment either within 24 hours of being given possession of contract and shall complete the work within the allocated time frame.
Price: [insert details of the amount to be paid, including if it is as a lump sum or by instalments]
Guarantee: The Supplier guarantees all Product supplied for one year from the date of delivery to Rarotonga.
Insurance: [insert details of any insurance requirements, i.e. type of cover and cover levels]
Contact Person:
Government Contact: Anthony TuruaTitle: Finance DirectorAddress: P O Box 97, Rarotonga, Cook IslandsPhone: (682) 29357E-mail: [email protected]
Supplier Contact: [insert details]
Page 28 of 29
Ministry of Education Request for Tender No.141506
APPENDIX D
Evaluation CriteriaThe Evaluation Criteria has been drawn from the Statement of Requirements, Standard Conditions and Special Conditions as articulated in the RFT. In accordance with clause 4.7.5 of the Manual, Tenders that did not meet the Standard Conditions are deemed non-compliant.
Standard Conditions
Criterion CompliesYes or No
1. Tender is completed in the format contained in Appendix A of the RFT.
2. Tenders must be deposited in the required form in the Tender Box by the closing time specified in the RFT
3. Proposal and related documentation must be in the English language.
4. Tenderers must tender to provide the whole of the works/goods/services specified in the RFT.
5. Tenders must be presented in hard copy format only.6. All prices must be in NZ dollars and inclusive of freight landed
in Rarotonga.
Special Conditions
A Weighted Criteria methodology will apply to the evaluation of the Special Conditions of this RFT. The assignment of weightings is based on the following principles:
The Special Conditions that reflect the critical elements of the project will be assigned a weight Weightings will reflect the relative importance of each criterion Scores will be based on the information provided in the submitted Tender
Page 29 of 29
Award Criterion Weight
Price (realistic & cost effective) 35%
Ability to meet whole or part of the specified quantities and specifications 20%
Tenderers have proven track record 20%
Time of Delivery (Realistic Time of Delivery) 15%
Tenders meet the requirements of the tender documents (provided quality information) 10%
Total Weighted Scores 100%