We're Open
+44 7340 9595 39
+44 20 3239 6980

TENDER OFFER

  100% Pass and No Plagiarism Guaranteed

TENDER OFFER

STATEMENT OF COMPLIANCE

The Tenderer must confirm that its Tender Offer is fully compliant. 

 

To be fully compliant, a Tenderer must have reviewed, accepted and complied with the information contained in the Invitation to Tender, including any Addenda. 

 

Full compliance means:

  1. in the case of a clause which is of an informative nature only - that the clause has been read and understood;
  2. in the case of a clause which imposes a contractual condition - that the condition is agreed to in a strict and literal sense; and
  3. in the case of a clause which specifies a characteristic or performance standard to be met by the services to be provided - that the Tender Offer provides or exceeds the specified characteristic or standard.

 

Please confirm full compliance by completing the table below:

 

The following conditions have been accepted and complied with:

Please select Yes or No

All clauses of an informative nature have been read and understood

Yes/No

All clauses which impose a contractual condition are agreed to in a strict and literal sense; and

Yes/No

All clauses which specify a characteristic or performance standard to be met or exceeded 

Yes/No

 

If there are any conditions which the Tenderer does not accept and comply with, these departures must be detailed in the table below. In the event of a Contract being awarded, all work included in the Contract shall be fully in accordance with all aspects of the contract unless listed below and agreed to by the Principal.

 

Departures other than those listed in the below tables will not be considered during the negotiations of the Contract Terms and Conditions negotiations.

 

Please include a criticality rating as follows: (1) Highly Critical, Tenderer will not enter into contract without modification; (2) Moderately Critical, Tenderer prefers modification, but it is not essential; (3) Minor, such as spelling or reference correction.

 

Reference

(Section and Clause Number)

Departure description

Proposed alternative

Criticality rating

(1 / 2/ or 3)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

If there are any  requirements listed in the Scope of Work specifications which the Tenderer does not accept comply with or proposes to change, these departures must be detailed in the table below.

 

Please include a criticality rating as follows: (1) Highly Critical, Tenderer will not enter into contract without modification; (2) Moderately Critical, Tenderer prefers modification, but it is not essential; (3) Minor, such as spelling or reference correction.

 

Reference

(Document / Section Number)

Departure description

Proposed alternative

Criticality rating

(1 / 2/ or 3)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


 

 

E1.     CONFLICTS OF INTEREST

 

  1. 1.      Conflict Identification

Please identify any potential or actual conflicts of interest which may impact on the level of service you are able to provide to Seqwater:

 

 

 

 

 

 

 

 

 

  1. 2.      Conflict Management

Please advise what policies are in place and/or how your company communicates and deals with actual or potential conflicts of interest:

 

 

 

 

 

 

 


 

E2.    INSURANCE DETAILS

Acknowledge and provide details of the insurances that you hold as listed below and, and confirm you have attached copies of the certificates of currency within your offer. 

If you select ‘No’, note here and in E3 Statement of Compliance what insurances are held.

Yes / No

(select as appropriate)

 

Seqwater requires the Successful Tenderer to have the following insurances.  As part of your offer, please complete and provide a current Certificate of Currency for the required insurances.

 

INSURANCES

Public Liability

 

Professional Indemnity

Insurance of the Works

Worker’s Compensation

Minimum Requirements:

$20,000,000 

(any one occurrence)

$2,000,000

(any one occurrence and to be held for 6 years from the end of the Term)

Value of the contract sum

As required by law

Professional Indemnity Insurance

Specify your Professional Indemnity insurance policy details.

Please attach a copy of your certificate.

Name of insured:

Policy No.:

Insurer:

Sum Insured: $

Expiry date:

Does your company guarantee that its Professional Indemnity insurance will remain valid for the duration of a contract formed as a result of this tender and for at least 6 years after termination or expiration of that contract?

If “NO”, state the period of validity.

 

 

 YES      NO

Public Liability Insurance

Specify your Public Liability insurance policy details.

 

 

Please attach a copy of your certificate.

Name of insured:

Policy No.:

Insurer:

Sum Insured: $

Expiry date:

Workers Compensation

Specify your Workers Compensation insurance policy details.

 

Please attach a copy of your certificate.

Name of insured:

Policy No.:

Insurer:

Expiry date:

Additional Insurances

 

Please detail any other project related insurances your company holds. Add additional tables as required.

Type of Insurance:

Name of insured:

Policy No.:

Insurer:

Expiry date:

           

E3.    RESPONSE SCHEDULE

Note: Please submit a separate response document which addresses each of the below evaluation questions in detail. This document should be provided as part of the tender submission.

 

Mandatory Compliance

Has your company had previous experience working with Construction and/or Maintenance works of a similar size and nature, specifically for water treatment plants? Note: Provide information of any Seqwater engagements.

 YES      NO

Comments as per response documentation.

Is your offer fully compliant with AS 4020-2005 NATA certified product compliance?

Note: Provide comment or refer to section of your proposal where this is evidenced.

 YES      NO

Comment:

Does your Offer provide a warranty?

Note: detail your product and workmanship warranties including warranty terms

 YES      NO

Comment:

Is your offer fully compliant with the requirements of the Queensland Government building and construction training policy

 YES      NO

Please provide detail of how compliance requirements will be satisfied

Pricing Methodology

Outline your cost structure for materials and / or services being offered as per pricing schedule in Section F (Pricing Schedule). The cost structure should detail all cost drivers for preliminaries, procurement, site preparation, construction, installation and commissioning works.

Comments as per response documentation.

Detail all avenues of value-add you can suggest. This could include (but not be limited to): proposed solutions enabling cost improvements & risk reductions, revenue enhancements, or any other value-adding benefits in line with the strategic objectives of the Seqwater business. Particular consideration should be given to the cost saving measures associated with integrating maintenance and shutdown activities with the constraints of WTP operation.

Comments as per response documentation.

Physical and Commercial Capability

Provide a detailed profile of your organisational structure and operation. This should include details of the company’s size and its resource and infrastructure capability needed to service the project. Please provide a detailed list of any specialist equipment required to complete the works.

Comments as per response documentation.

Should you be successful in winning this contract, how will this impact your current business? Please confirm you would allocate a dedicated site manager within your company whose prime responsibility will be the management and operational components of this contract and who will attend all project meetings. Please discuss your ability to resource this project in the timeframes provided, and flexibility to align with operational shutdown requirements.

Comments as per response documentation.

Outline the methodology that you will use during the contract period to deliver this project on time and within budget. Consider a chronological methodology approach focussed on schedule planning, resourcing and environmental and WH&S controls

Comments as per response documentation.

Do you have a documented non-conformance system? 

 YES      NO

Comments as per response documentation.

Do you have a documented corrective action system?

 YES      NO

Comments as per response documentation.

Past Experience

 

Do you have a Safety Management System? Provide details of your organisation`s Safety Management System (for example AS4801:2004) or procedures. Discuss your commitment to all applicable WH&S legislative requirements. Provide details of any accreditations you hold and a copy of certification/s.

 YES      NO

Comments as per response documentation.

Do you have an Environmental Management System? Provide details of all environmental management systems (for example AS/NZS ISO 14001:2004) that your company has implemented or is in the process of implementing, in relation to corporate social responsibility and sustainability. Provide details of any accreditations you hold and a copy of certification/s.

 YES      NO

Comments as per response documentation.

Provide details of any specific environmental management procedures and controls that you will use to ensure that the requirements outlined in the scope of work are fulfilled. Please detail controls to be used to ensure the project does not cause adverse water quality impacts.

Comments as per response documentation.

 Provide details of your current quality assurance procedures. How closely do they align with AS/NZS ISO9001/2008 (or as may be amended by Australian Standards) and where do your procedures differ from this standard?

Comments as per response documentation.

Has your company reviewed the works requirements provided in the Scope of Works, identifying and reporting any discrepancies?

 YES      NO

 

Do you verify the safety, quality and environmental management processes and systems of your suppliers and sub-contractors?

 YES      NO

Comments as per response documentation.

Has your company been successfully prosecuted for infringements of safety or environmental legislation in the past three years?

If “YES”, please provide further details. 

 YES      NO

Comments as per response documentation.

Do you confirm your compliance with Seqwater’s Invitation to Tender conditions, conditions of contract, scope of work, detailed design drawings and relevant Australian Standards (where applicable)? If you would like to nominate any departures, please attach a detailed non-compliance statement to your response.

 YES      NO

Comments as per response documentation.

Can you provide details of three referees that are prepared to support your organisation’s capacity (both physically and commercially) to perform and meet the requirements specified?

 YES      NO

Comments as per response documentation.

Other requirements

 

Has your offer provided a Project Organisation Chart and list of nominated Project Personnel including their capacity?

If “NO”, provide further information.

 YES      NO

Comment:

Has your company reviewed the works requirements provided in the Scope of Works, identifying and reporting any discrepancies?

 YES      NO

Comment:

Does your Offer provide a minimum 24 month defect liability term for any Contract awarded?

Please list any value-ads such as extended defect liability periods.

 YES      NO

Comment:

Does your offer include relevant quality assurance information including an Inspection and Test Plan (ITP)?

If yes please attach ITP’s for this project separately and list name of attachment in comments.

 YES      NO

Comment:

Does your company accept all costs and responsibility for transport, resources, assets and materials for site mobilisation and demobilisation?

If “NO”, please provide further details. 

 YES      NO

Comment: this is a qualifying requirement of the tender.


 

E4.    PROGRAM

Tenderer shall submit a detailed schedule of work activities showing critical path (in Microsoft Project and PDF format) which sets out the anticipated activities. It is expected that the program, in conjunction with E9 APPRECIATION OF THE PROJECT, fully detail the Contractors proposed approach to the Works. This includes the sequencing and requirements for procurement, shutdown, installation and commissioning activities.

The program shall include estimated durations and work hours and if applicable any float for contingencies.

Tenders should demonstrate program efficiencies where possible such as optimum manning levels and multiple activities running in parallel if appropriate.

 

 

 

E5.    DESIGN SPECIFICATION AND JUSTIFICATION BRIEF

The tenderer shall provide a high level specification of the new equipment and demonstrate compliance of the new equipment to the existing system performance requirements. This shall include pneumatic and electrical aspects of the specification as well as interfaces with the existing PLC and SCADA system. The tenderer shall also provide evidence of high levels of reliability of the equipment selected as well as maintenance requirements and domestic supplier contact details.

All equipment offered shall have a history of successful use in similar facilities and for which spare parts are readily available in Australia or there is an agent in Australia.

Note: All materials shall be AS4020 compliant.

 

E6.    APPRECIATION OF THE PROJECT

Attach a statement of your methodology/approach to this project. The statement shall provide Seqwater with the information required to perform the tender evaluation.

Tenderers should address the following aspects in providing a response to this E8 which demonstrates that:

•           the required scope of work is understood by the Tenderer;

•           key elements of the Project are addressed in the Response;

•           key challenges are identified and addressed in the Response;

•           the key risks are understood by the Tenderer;

•           opportunities for innovation have been identified in the Response; and

•           the most critical skills and experience required have been identified by the Tenderer.

The tenderer shall provide a detailed and clear project approach and methodology demonstrating knowledge and appreciation of the project scope and staged delivery requirements.

Tenderer’s, who cannot demonstrate an appreciation for the project scope and a commitment to deliver a “fit for purpose” solution, risk their offer being deemed non-conforming.

 

 

 

E7.    TENDERER EXPERIENCE & PERFORMANCE HISTORY

Please list between at least 5 and no more than 10 relevant projects the Tenderer has completed in the last 5 years. The Tender must disclose all major Corporate and/or Government clients for whom similar work and / or Contracts has been previously undertaken.

Relevant projects shall include projects of a similar scope, similar Contract Terms and Conditions, project cost and overall project coordination.

Seqwater reserves the right to undertake Referee checks as part of the evaluation process. Reference checks will be rated based on their knowledge of and satisfaction with the tenderer team members in relation to their experience as defined in this document.

No.

Project Name/ Description

Contract Value (Specific to your involvement)

Specific details of your involvement

Dates

Client

Client’s Contact Name

Client’s Contact Phone

1.

 

 

 

 

 

 

 

2.

 

 

 

 

 

 

 

3.

 

 

 

 

 

 

 

4.

 

 

 

 

 

 

 

5.

 

 

 

 

 

 

 

6.

 

 

 

 

 

 

 

7.

 

 

 

 

 

 

 

8.

 

 

 

 

 

 

 

9.

 

 

 

 

 

 

 

10.

 

 

 

 

 

 

 

Note that the experience criteria will be as follows:

  • Water treatment plant works
  • How recent the work was
  • Undertaken in Brisbane or surrounding area
  • Expertise with TIG welding
  • Expertise in the specification of electric and electro/pneumatic valve/actuator assemblies in WTP
  • Expertise in the installation of electric and electro/pneumatic valve/actuator assemblies in WTP
  • Expertise in installation of motors
  • Expertise in installation of Electrical Control Equipment
  • Expertise in Control Systems programming (specifically Honeywell Experion SCADA)

E8.    KEY PERSONNEL

Tenderer is to provide a description and/or illustration of the offered team structure for the proposed works and how the team structure is relevant to meet the project requirements

 

Tenderer should demonstrate, as a minimum, the following:

 

  • the individuals’ experience relevant to the required tasks;
  • expertise and experience relevant to projects of this scope and complexity;
  • ability to provide suitable personnel with similar industry experience and available for any needs on a daily basis;
  • documented strategies to substitute key personnel with viable alternatives in the event the nominated key personnel become unavailable.

 

In the table below nominate the names of the proposed key management, professional and technical project personnel and positions who will be available or proposed by your company to work on the project; summarise the qualifications, expertise and experience relevant to the project. The listed positions are indicative only and shall be modified by the Tenderer. The list shall provide Seqwater information to assist in the tender evaluation process.

 

CVs are to be attached as supporting information, but must not exceed two (2) pages per person.

 

Supporting qualifications and certifications identified in the CV’s may be requested by Seqwater as supporting evidence at a later date.

 

Position

Name

Alternative Staff Member

Qualifications/ RPEQ Number

Frequency of Attendance on-site i.e. F/time or P/time

Project Manager

 

 

 

 

RPEQ Mechanical Engineer(s) – RPEQ number(s) to be provided

 

 

 

 

RPEQ Electrical, Instrumentation Engineer(s) – RPEQ number(s) to be provided

 

 

 

 

Mechanical Works Installation Supervisor

 

 

 

 

Electrical & Controls Works Installation Supervisor

 

 

 

 

Commissioning Manager

 

 

 

 

WHSO

 

 

 

 

Any other staff not listed above

 

 

 

 

 

NOTE: If RPEQ engineers are not part of the project team for each discipline, then the tender will be deemed to be not qualified to undertake this engineering consultancy as they do not meet the legislative requirements as set out in the Queensland Professional Engineers Act 2002.

 

The tenderer may also nominate reserve participants to the team who will replace members of the team who become unavailable. If changes to the team are required prior to the commencement or during the project, approval must be sought from the Principal and must be as qualified and experienced as the person whom they are replacing. The Principal reserves the right to terminate the contract if the Principal or the Superintendent or the Superintendent’s Representative deems the replacements to the team to be unsuitable.

 

 

E9.    PROPOSED SUBCONTRACTORS

 

The following conditions have been accepted and complied with:

Please select Yes or No

Do you agree that Seqwater reserves the right to retain final approval of all sub-contractors proposed by suppliers?

Yes/No

The Tenderer agrees that any change or addition to the Subcontractor/s shall be subject to the prior approval of the Superintendent.

Yes/No

 

Provide full details of those parts of the works proposed for sub-contract and details of the proposed Subcontractor/s.

 

 

Package of Work

Name of Proposed Subcontractor

Previous Experience for specific package of work including number of years

ABN

Subcontractor Address

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

E10.                     QUALITY MANAGEMENT

 

The Contractor shall implement a management system under this Contract in accordance with the requirements of AS/NZS ISO 9001:2008 (Quality).

 

Please answer the following questions regarding your company’s Quality Management System.

 

REQUIREMENT

RESPONSE

Yes

No

1

Do you have a Quality System?

If NO, go to Question 8

 

 

2

Has your firm’s Quality System been certified by a third party (e.g. Standards Australia, Lloyd’s Register etc.)?

If YES, attach a copy of your certification and go to Question 10

 

 

4

Upon what standard is your Quality System based (e.g. AS/NZS ISO 9001:2008)

 

 

5

Does your firm have a Quality Manual?

 

 

6

Does your firm have documented Quality Procedures?

 

 

8

Are records of Inspection, Testing and other QA/QC activities maintained?

 

 

9

Does your firm undertake Quality Audits?

 

 

10

Does your firm agree to allow access for an initial assessment of your Quality System (before award of Contract)?

 

 

 

 

E11.                     ENVIRONMENTAL MANAGEMENT

Provide evidence of environmental management systems and methodologies, or equivalent, used in the delivery of this contract/project, including (but not limited to):

  • Environment Policy;
  • A current certified ISO 14001:2004 Environmental Management System (EMS)  and/or other equivalent documented environmental systems and procedures in place to demonstrate an acceptable environmental practice and performance;
  • Understanding of relevant environmental legislation, regulations and approvals applicable to the service;
  • Construction / Project Environmental Management Plan (CEMP) including processes and procedures for such things as:
  • Assessment of environmental risks, aspects and impacts, and mitigation measures implemented when delivering the Services;
  • Defined responsibilities and authorities for the implementation and management of environmental protection during delivery of the services;
  • Processes for assessment and management of compliance with relevant environmental, nature conservation, heritage, pollution and waste management legislation and regulations;
  • Provision of appropriate instruction and training for employees and subcontractors;
  • Implementation of incident and non-conformance management measures and response;
  • Improvement of environmental protection measures and revision of the CEMP; and
  • Performance evaluation and notification to verify that the Services are in compliance with the CEMP,
  • Current environmental management qualifications of staff nominated within the project team;
  • Records of any prior enforcement action under taken by a Regulator and/or other enforcement agency including infringement notices, prosecutions, convictions or similar in regards to non-compliances with environmental management legislation or activities.

E12.                     WORKPLACE HEALTH AND SAFETY MANAGMENT

Please respond to the following questions to provide an overview of your WHS Management System. Tenderers will be required to verify responses by attaching additional documentation evidencing ability and capacity in relevant matters.

 

Where Tenderers are requested to attach additional documentation in the form of contents pages or other summary documentation, full supporting documentation must be available for subsequent review if required.

REQUIREMENT

RESPONSE

Yes

No

NA

1

WHS Management System Accreditation

1.1

Does your company have an accredited WHS Management System?  

E.g. Safety MAP, NSCA 5 star system, ISRS system, AS4801, Federal WHS system, Guidelines for WHS Management Systems (QUEENSLAND), Self Insurance Performance Standards etc.

 

 If yes provide evidence of current accreditation and go straight to question 12

 

 

 

1.2

If the answer to Question 1 is ‘no’, is your company in the process of gaining accreditation?

 

 

 

3

WHS Policy

3.1

Does your company have a written Workplace Health and Safety (WHS) Policy endorsed by senior management?  

 

If yes attach copy.

 

 

 

4

WHS Management System (WHSMS)

4.1

Does your company have a WHS Management System Manual or Plan?  

 

If yes attach copy of contents pages

 

 

 

4.2

Please provide evidence that the WHSMS defines:

  • WHS Objectives & Targets
  • Implementation Plan
  • Consultation, Communication & Reporting plan
  • Management, Supervisors and worker WHS responsibilities and accountabilities
  • Incident investigation, corrective & preventative actions 
  • Injury management & Return to Work Plan
  • Health Surveillance
  • Hazard identification, hazard/risk assessment and control of hazards/risks
  • Safe work procedures relevant to the company’s operations
  • General safety rules (including public safety)
  • Induction, training and competency requirements
  • Emergency Preparedness and response requirements
  • Work permit system for work in confined spaces; hot work; and plant and equipment lockout if applicable to the contract
  • Document and Data control
  • Continuous Improvement Plan – (Audit, Review & Improvement)
  • Legal Compliance Statement
  • Measurement (KPI’s) & Evaluation of WHSMS (audit/inspection schedule)

 

If yes attach copy of relevant pages/documents.

 

 

 

4.3

Does your company have Project/Construction Safety Management Plan?

 

If yes attach copy.

 

 

 

5

Sub Contracting and Purchasing

5.1

Does your company have a process for assessing subcontractors’ and suppliers’ abilities to comply with specified WHS requirements and then ensuring their compliance?

 

If yes attach evidence of process.

 

 

 

6

Risk Management - Safe Work Practices and Procedures

6.1

Does your company have an established, implemented and maintained documented procedure for hazard identification, hazard/risk assessment and control of hazards/risks?

 

If yes attach contents pages

 

 

 

6.2

Does your company have a certification process to address the National Certificate of Competency requirements?

 

If yes attach copy.

 

 

 

6.3

Does your company have safe work procedures/specific safety instructions/Safe Work Method Statements relevant to the scope of the work and/or as required under the WHS Regulation 2011

 

If yes attach contents pages

 

 

 

7

WHS Training

7.1

Does your company have a process for identifying and meeting management and worker WHS training needs?

 

If yes attach copy.

 

 

 

7.2

Does your company have a system for assessing competency of workers?

 

Attach examples.

 

 

 

7.3

Does your company have a process that addresses the requirements for WHS induction training and site specific rules/requirements (including public safety), and keeping records of same?

 

Attach sample of completed training records.

 

 

 

8

Work Health and Safety  Inspections & Audits

8.1

Does your company have a formal workplace inspection process / procedure that include senior management, supervisors and workers to undertake regular health and safety inspections of its work sites?

 

If yes, attach samples of inspection and test plans, completed inspection checklists, inspection records etc.

 

 

 

9

WHS Performance Monitoring

9.1

Does your company have a system for reporting workplace hazards?

 

If yes, attach sample completed reports.

 

 

 

9.2

Does your company have a system for monitoring and reporting on WHS performance?

 

If yes, attach sample completed reports.

 

 

 

9.3

Does your company have a system for carrying internal reviews of the WHS Management System?

 

If yes, attach sample completed reports.

 

 

 

10

Injury Management & Return to Work

10.1

Does your company have processes for injury management & return to work procedure?

 

If yes, attach evidence of process and Certificate of Insurance for Workers’ Compensation.

 

 

 

11

Worker Consultation

11.1

Does your company have a process for worker consultation mechanism that incorporates WHS issue resolution?

 

If yes, attach evidence of process.

 

 

 


12

Inspection, Testing, Servicing & Maintenance

12.1

Does your company have an Inspection, Testing, Servicing & Maintenance plan for all plant and equipment?

 

If yes, attach sample completed reports/ records.

 

 

 

13

Handling, Storage and Packaging

13.1

How does your company address the handling, storage and packaging of Hazardous Substances and Dangerous Goods?

 

Attach sample procedures/ registers.

 

 

 

14

CRC Supervisor/Responsible Person – Task and Position Competency Matrix

14.1

Please provide evidence of your training and ongoing development for supervisors to meet the intent of Co-operative Research Centre (CRC) Construction Competency requirements for Supervisors as outlined within the CRC Task and Position Competency Matrix?

Evidence may include:

  • Information as to the Registered Training Organisations (RTO) that delivered the training to the responsible person/s and or supervisors;
  • Register or names of the those responsible person/s and or supervisors that have undertaken the training, and;
  • Copies of the certificate of training to confirm completion of the CRC training as per the Task and Position Competency Matrix.

15

Site Supervision

 

Please provide evidence to the following questions on site supervision & attach supporting documentation:

 

15.1

Do you ensure your supervisors have a working understanding of your organisation’s WHS management Plan? 

How, please demonstrate.

 

 

 

15.2

Do you ensure your supervisors understand their responsibilities within the WHS Management Plan? 

How, please demonstrate.

 

 

 

15.3

Do you ensure your supervisors understand and apply legislative WHS requirements? 

How, please demonstrate.

 

 

 

15.4

Do you ensure your supervisors understand that your subcontractors and service providers need to prepare and implement compatible site-specific Safety Management Plans?

How, please demonstrate.

 

 

 

15.5

Do you have a process for establishing the responsibilities of supervisors with respect to WHS on each site? 

Please detail and provide example(s).

 

 

 


15.6

Do you have a formal and recordable process for the transfer of responsibility for WHS supervision to another person for short or brief periods of time? 

Please detail and provide example(s).

 

 

 

16

Subcontractor Supervision

Please also address to the following questions on subcontractor supervision/management & attach supporting information.

 

16.1


100% Plagiarism Free & Custom Written,
Tailored to your instructions


International House, 12 Constance Street, London, United Kingdom,
E16 2DQ

UK Registered Company # 11483120


100% Pass Guarantee

STILL NOT CONVINCED?

View our samples written by our professional writers to let you comprehend how your work is going to look like. We have categorised this into 3 categories with a few different subject domains

View Our Samples

We offer a £ 2999

If your assignment is plagiarised, we will give you £ 2999 in compensation

Recent Updates

Details

  • Title: TENDER OFFER
  • Price: £ 99
  • Post Date: 2018-11-10T07:50:35+00:00
  • Category: Assignment
  • No Plagiarism Guarantee
  • 100% Custom Written

Customer Reviews

TENDER OFFER TENDER OFFER
Reviews: 5

A masterpiece of assignment by , written on 2020-03-12

CIPD assignment is not my cup of tea. That’s the reason I sought out this place suggested by my friend. I would say that the writers of this site are really admiring. I was assigned the best CIPD writer that solved all my issues. He explained to me the difficult topics so well that now I am able to talk on those topics eloquently. I owe my writer a huge thanks and praise! And yes, I would recommend other students as well to come to instaresearch.co.uk for the top CIPD assignment help.
Reviews: 5

A masterpiece of assignment by , written on 2020-03-12

This is my second order which I booked recently at Insta Research. I just got my coursework completed expertly. Just waiting for good scores now.