+ All Categories
Transcript
Page 1: GOJ PUBLIC PROCUREMENTPAGEjis.gov.jm/media/public-procurment-GLEANER-May-6-2017pg-1.pdf · The Development Bank of Jamaica intends to apply for retroactive ... nent 1 SME Fund and

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 INTERESTCONSULTANCY SERVICES

JAMAICAAccess to Finance Project ASSIGNMENT: Consultancy for an Assessment of the Taxation Regime for Private Equity and Venture Capital (PEVC) in JamaicaREFERENCE NO.: P152307BID NO.: DBJ-017/18SELECTION METHOD: Consultants’ Qualifications (FIRM)

The Development Bank of Jamaica intends to apply for retroactive financing from the World Bank towards the cost of Access to Finance Project, Compo-nent 1 SME Fund and intends to apply part of the proceeds for consulting services.

The consulting services (“the Services”) include an assessment of the taxa-tion regime for private equity/venture capital (PE/VC) in Jamaica over a three-month period.

The Development Bank of Jamaica now invites an eligible Consulting Firm to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:

• Tax consultant with degree in law and work experience in tax law • Specific experience in reviewing tax issues on private equity and venture capital

The Terms of Reference may be downloaded from the Development Bank of Jamaica (DBJ) website: http://www.dbankjm.com.

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers in Procurement regulations for IPF Borrowers, Procurement in Investment project Financing Goods, Works, Non-consulting services and consulting Services July 2016 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

A Consultant will be selected in accordance with the Consultants Qualifications method set out in the Consultant Guidelines.

Further information may be obtained by sending an email to: [email protected] or fax 876) 929-6055 or mail to the address below.

Expressions of interest must be delivered in writing to the address below (in person, or by mail, fax, or email) no later than Monday, May 15, 2017 at 4:00 p.m.

Development Bank of JamaicaAttn: Hugh Grant, Project Coordinator

Assessment of the Taxation Regime for PEVC in Jamaica11a-15 Oxford Road, Kingston 5

Jamaica, West IndiesTel: (876) 929-4000 / (876) 619-4000

Fax: (876) 929-6055Email: [email protected]

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:

PUBLIC PROCUREMENTPUBLIC PROCUREMENTPAGEGOJ

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 BID

Jamaica Customs Agency

Invites sealed bids for Procurement of Electrical Works at Queen’s Warehouse, 230 Spanish Town Road, Kingston.

Scope: Installation of Electrical lighting fixtures, Lightning protection system, switches and covers, roof panels, panel circuit breakers, etc.

NCC Category: Electrical Works (Grades 1-2) Procurement Method: Local Competitive Bidding

Collection Date: As of Monday May 8, 2017 (Mondays-Fridays from 9:00 a.m. to 3:00 p.m.)

Bid documents are available at a non-refundable cost of J$3,000.00 payable in cash or Manager’s Cheque to the Commissioner of Customs. Bids shall be valid for a period of 120 days after bid closing date. Bid must be submitted between the hours of 9:00 a.m. and 11:00 a.m. Wednesday May 31, 2017. The tender opening will follow at 11:15 a.m. on Wednesday May 31, 2017 in the Library of Jamaica Customs Agency.

Contact Information: Procurement Manager [email protected]

Address: Jamaica Customs Agency 2-4 King Street, Kingston Telephone No. 922-5140-9 Fax No. 948-6920

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 (IFB)

To offer Garbage Disposal services at Bellevue Hospital and Kenneth Royes

1. Bellevue Hospital now invites sealed bids from eligible and qualified bidders “To offer Garbage Disposal services at Bellevue Hospital and Kenneth Royes for a two (2) year period.”

2. Bidders must possess a valid Tax Compliance Certificate, must be registered with the National Contracts Commission in the category of “Transportation and Haulage” (Specializing in the collection and Disposal of Garbage).

3. Bidding Documents will be made available for a non-refundable fee of $3,000.00 payable by cash or manager’s cheque at the Bellevue Hospital, 16 ½ Windward Road, Kingston 2, from Monday May 08, 2017, 9:30 a.m.-4.00 p.m. Site visit will be at 10:00 a.m. on Monday May 15, 2017

4. For queries, please contact the following: Procurement Officer Email: [email protected] Contact #: 928-1380-7 (Ext 2074) Fax no.: 928-1236.

5. Bids shall be valid for a period of 120 days after bid closing and shall be deposited in the tender box located at the Ground Floor – 16 ½ Windward Road, Kingston 2, of the Bellevue Hospital on or before 11:00 a.m. Friday, May 26, 2017. Late bids will be rejected.

6. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address at 11:15 a.m. May 26, 2017.

Scope of Work To provide Garbage Disposal services at Bellevue Hospital and Kenneth Royes Rehabilitation Centre for a two (2) year period.

EXTEND

ED

INVITATION TO BID

The Development Bank of Jamaica Limited (DBJ), on behalf of the Petroleum Corporation of Jamaica, invites sealed bids from eligible and qualified bidders in the category of Consulting Services to be submitted at its office at 11a-15 Oxford Road. The DBJ is seeking to engage a Financial Transaction Structure Advisor & Stockbroker for the Wigton Windfarm Limited privatisation transaction.

Scope: Eligible Consultants are invited to provide financial advisory services and professional brokerage services to organise the offer and listing of Wigton Windfarm Limited (WWFL) on the Jamaica Stock Exchange (the Exchange).

Qualifications: For the Consultant to be qualified for the Assignment, its Expert must have: a) A current and valid registration with the Exchange and the FSC providing stockbrokerage services; b) Experience in successfully managing IPO processes, organizing offers and listing shares of companies on the JSE; c) Experience in successfully undertaking privatization transactions; d) A successful and demonstrable track record in developing and implementing similar issuances on Public Exchanges; e) At least 10 years’ experience in conducting financial and economic analyses of infrastructure projects; f) At least one team member who shall be designated as the Team Leader, who will manage the team and act as the primary liaison between the consulting team and GoJ: and g) A valid Tax Compliance Letter (TCL) which will be required prior to engagement.

Procurement Method: Quality Cost-Based Selection

Contact Information: The Manager Public-Private Partnerships & Privatisation Unit

Address: 11A-15 Oxford Road, Kingston 5

Email: [email protected] Telephone Nos. 929-4000 / 619-4000

Bid Document Available: Bidding documents may be collected as of Monday, April 24, 2017, between 9:00 a.m. and 4:00 p.m. Bid documents may also be downloaded from the DBJ’s website: http://www.dbankjm.com.

Tender Closing Date: Friday, May 12, 2017, at 3:00 p.m.

Tender Opening: Development Bank of Jamaica, Friday, May 12, 2017, at 3:15 p.m.

Late bids will be rejected

The DBJ is not obligated to accept the lowest or any bid and reserves the right to terminate the bid process at any point before the award of contract without incurring any liability to any of the participants.

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:

UNIVERSITY HOSPITAL OF THE WEST INDIESTENDER NOTICE

PROCUREMENT OF CONSTRUCTION WORKS FOR THE NEW CARDIAC INTERVENTIONAL SUITE ICUUHWI: BUILDING CARDIAC 7

The University Hospital of the West Indies invites Contractors to submit tenders for the said Project.ELIGIBILITY OF CONTRACTORSTo be considered eligible, at the time of tender opening your tender must include the following:• Proof of registration with the National Contracts Commission (NCC), in the category: Building Construction – Grade 1 only.• Copy of a valid Tax Compliance Certificate (TCC)• Completed and Signed Bid Submission Form• List of Major Project Over the Last Three YearsNon-compliance with any of the criteria above will result in automatic disqualification for tender activities.SCOPE OF WORKThe works involves Specific Surface Preparation, Reconstruction of Existing Building and Painting.AVAILABILITY OF TENDERSTender documents will be available at a cost of Eight Thousand Dollars ($8,000.00) in cash or manager’s cheque payable to the University Hospital of the West Indies to the cashier, Accounts Department, Administration Building. Tender documents may be obtained on presentation of the receipt to the Procurement Unit, UHWI Administration Building, from Monday, May 8, 2017 between 9:00 a.m. and 4:00 p.m. at the address cited above.RETURN OF TENDERSBids in sealed envelopes must be returned no later than 2:00 p.m. Monday, June 12, 2017 and deposited in the marked tender box located at the Procurement Unit, Administration Building, UHWI. Bid opening will commence at 2:15 p.m. Monday, June 12, 2017 in the Boardroom, UHWI. Bidders’ representatives are invited to attend the opening.The University Hospital of the West Indies reserves the right to accept or reject all bids. Visit our website at www.uhwi.gov.jm.

Contact information:David Walker (Mr.)

Director, Contracts & ServicesUniversity Hospital of the West Indies

Golding Avenue, Mona Campus, Kingston 7Tel: 876-822-0231

Email: [email protected]

THE PROJECT IS BEING FUNDED BY THE UNIVERSITY HOSPITAL OF THE WEST INDIES.

Top Related