Review the Effectiveness and Functioning of Agri-Public Private Dialogue Platform in Minicom tender at RTI International
Website :
200 Days Ago
Linkedid Twitter Share on facebook

RTI shall award the initial quantities and/or services and any option quantities (if exercised by RTI) to Seller by a properly executed Purchase Order as set forth within the terms of this properly executed agreement.

Similar Jobs in Rwanda
Learn more about RTI
RTI  jobs in Rwanda

  1. Proposal Requirements. All Sellers will submit a quote/proposal which contains offers for all items and options included in this RFQ/RFP. All information presented in the Sellers quote/proposal will be considered during RTI’s evaluation. Failure to submit the information required in this RFQ/RFP may result in Seller’s offer being deemed non-responsive. Sellers are responsible for submitting offers, and any modifications, revisions, or withdrawals, to reach RTI’s office designated in the RFQ/RFP by the time and date specified in the RFQ/RFP. Any offer, modification, revision, or withdrawal of an offer received at the RTI office designated in the RFQ/RFP after the exact time specified for receipt of offers is “late” and may not be considered at the discretion of the RTI Procurement Officer. The Seller’s proposal shall include the following:

(a)              

The solicitation number:

(b)             

The date and time submitted:

(c)              

The name, address, and telephone number of the seller (bidder) and authorized signature of same:

(d)             

Validity period of Quote:

(e)              

A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.

(f)               

If RTI informs Seller that the Commodity is intended for export and the Commodity is not classified for export under Export Classification Control Number (ECCN) “EAR99” of the U.S. Department of Commerce Export Administration Regulations (EAR), then Seller must provide RTI the correct ECCN and the name of Seller’s representative responsible for Trade Compliance who can confirm the export classification.

(g)              

Lead Time Availability of the Commodity/Service.

(h)             

Terms of warranty describing what and how the warranties will be serviced.

(i)               

Special pricing instructions: Price and any discount terms or special requirements or terms (special note: pricing must include guaranteed firm fixed prices for items requested.

(j)               

Payment address or instructions (if different from mailing address)

(k)             

Acknowledgment of solicitation amendments (if any)

(l)               

Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including points of contact with telephone numbers, and other relevant information)

(m)            

Special Note: The Seller, by his response to this RFQ/RFP and accompanying signatures, confirms that the terms and conditions associated with this RFQ/RFP document have been agreed to and all of its attachments have been carefully read and understood and all related questions answered.

  1. Forms: Sellers (potential bidders or suppliers) must record their pricing utilizing the format found on Attachment “A”. Sellers must sign the single hardcopy submitted and send to address listed on the cover page of this RFQ/RFP.
  1. Questions Concerning the Procurement. All questions in regard to this RFQ/RFP to be directed to

Procurement Department

at this email address:

procurementftfkwa@rti.org

The cut-off date for questions is.

9 November 2023 at 5pm East African Time

  1. Notifications and Deliveries: Time is of the essence for this procurement. Seller shall deliver the items or services no later than the dates set forth in the contract that will be agreed by both parties as a result of this RFQ/RFP. The Seller shall immediately contact the Buyer’s Procurement Officer if the specifications, availability, or the delivery schedule(s) changes. Exceptional delays will result in financial penalties being imposed of Seller.
  2. Documentation: The following documents will be required for payment for each item:
  • A detailed invoice listing Purchase Order Number, Bank information with wiring instructions (when applicable)
  • Packing List
  • All relevant product/service documentation (manuals, warranty doc, certificate of analysis, etc.)
  1. Payment Terms: Refer to RTI purchase order terms and conditions found in https://www.rti.org/sites/default/files/rti-purchase-order-terms-and-conditions-v1.16.pdf , http://www.rti.org/files/PO_FAR_Clauses.pdf, or http://www.rti.org/files/PO_FAR_Clauses_Commercial_Items.pdf. Payment can be made via wire transfer or other acceptable formSellers may propose alternative payment terms and they will be considered in the evaluation process.
  2. Alternative Proposals: Sellers are permitted to offer “alternatives” should they not be able to meet the listed requirements. Any alternative proposals shall still satisfy the minimum requirements set forth in Attachment A Specifications.
  3. Inspection Process: Each item shall be inspected prior to final acceptance of the item. All significant discrepancies, shortages, and/or faults must be satisfactorily corrected and satisfactorily documented prior to delivery and release of payment.
  4. Evaluation and Award Process: The RTI Procurement Officer will award an agreement contract resulting from this solicitation to the responsible Seller (bidder) whose offer conforms to the RFQ/RFP will be most advantageous to RTI, price and other factors considered. The award will be made to the Seller representing the best value to the project and to RTI. For the purpose of this RFQ/RFP, price, delivery, technical and past performance are of equal importance for the purposes of evaluating and selecting the “best value” awardee. RTI intends to evaluate offers and award an Agreement without discussions with Sellers. Therefore, the Seller’s initial offer should contain the Seller’s best terms from a price and technical standpoint. However, RTI reserves the right to conduct discussions if later determined by the RTI Procurement Officer to be necessary.

The evaluation factors will be comprised of the following criteria: 

STAGE 1: Technical evaluation (70%)

Bids will be evaluated on the merits of their technical submissions using the following criteria.

  • Methodology and Approach (25marks): Evaluate the consultant's proposed methodology for conducting the review. Consider the clarity of the approach, the feasibility of the methods, and the comprehensiveness of the plan for data collection and analysis. Ensure that the methodology aligns with the objectives of the assignment.
  • Relevant Experience and Expertise (20marks): Assess the consultant's relevant experience and expertise in agribusiness, agricultural policy, public-private dialogues, and conflict resolution. Look at the consultant’s track records in conducting similar assignments and his/her familiarity with the specific region or country where the PPD platform operates.
  • Stakeholder Engagement and Communication (10 marks): Examine the consultant's ability to engage with diverse stakeholders and facilitate dialogues effectively. Consider his/her communication and interpersonal skills, as well as his/her proposed strategies for stakeholder involvement in the review process.
  • Data Collection and Analysis (5 marks): Review the consultant's capacity for data collection and analysis, including his/her proficiency in conducting surveys, interviews, and case studies. Evaluate the consultant’s data management and analysis tools and techniques, ensuring they can provide meaningful insights.
  • Compliance with requirements (10 marks): Evaluate whether the consultant has followed all the application instructions."

Only bids that will have scored 50 marks or more in the technical evaluation shall be marked as Technically qualified to advance to the financial evaluation stage. Bidders scoring less than 50 Marks will be considered technically unqualified and will be eliminated.

STAGE 2: Financial Evaluation (30%)

Financial Bids

For scoring of Price for each criterion, financial bids shall be scored using the following formula:

Marks awarded= Lowest Price of Technically Qualified Bid* Available for Criteria

Bidder’s Price

  1. Award Notice. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful supplier within the time acceptance specified in the offer, shall result in a binding contract without further action by either party.
  2. Validity of Offer. This RFP in no way obligates RTI to make an award, nor does it commit RTI to pay any costs incurred by the Seller in the preparation and submission of a proposal or amendments to a proposal. Your proposal shall be considered valid for 180 days after submission.
  1. Representations and Certifications. Winning suppliers under a US Federal Contract are required to complete and sign as part of your offer RTI Representations and Certifications for values over $10,000.
  2. Anti- Kick Back Act of 1986. Anti-Kickback Act of 1986 as referenced in FAR 52.203-7 is hereby incorporated into this Request for Proposal as a condition of acceptance. If you have reasonable grounds to believe that a violation, as described in Paragraph (b) of FAR 52.203-7 may have occurred, you should report this suspected violation to the RTI’s Ethics Hotline at 1‑877-212-7220 or by sending an e-mail to ethics@rti.org. You may report a suspected violation anonymously.
  3. The John S. McCain National Defense Authorization Act for fiscal year 2019 - section 889. RTI cannot use any equipment or services from specific companies, or their subsidiaries and affiliates, including Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, and Dahua Technology Company (“Covered Technology”). In response to this request for proposal, please do not provide a quote which includes any Covered Technology.  Any quote which includes Covered Technology will be deemed non-responsive. Additionally, if the United States Government is the source of funds for this RFP, the resulting Supplier shall not provide any equipment, system, or service that uses Covered Technology as a substantial or essential component.

Acceptance:

Seller agrees, as evidenced by signature below, that the seller’s completed and signed solicitation, seller’s proposal including all required submissions and the negotiated terms contained herein, constitute the entire agreement for the services described herein.

By: (Seller Company Name)

Signature:

Date:

[1]The First Agri-PPD was conducted in Northern Province (Musanze district) in 2020, the second in Western province (Rubavu district) in 2021, the third in Southern province (Huye district) in 2022 and the fourth in Eastern province (Nyagatare district) in 2022.

Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: Sunday, November 12 2023
Duty Station: Kigali
Posted: 01-11-2023
No of Jobs: 1
Start Publishing: 01-11-2023
Stop Publishing (Put date of 2030): 01-11-2066
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.