Tenders-in Immigration And Emigration, Duhamic-Adri, Adventist Development And Relief Agency

 

Deadline of this Job: 16 January 2023





Tender Notice (TN)/Invitation for Bids (IFB)

CLIENT: DIRECTORATE GENERAL OF IMMIGRATION AND EMIGRATION

TITLE: TENDER FOR THE SUPPLY OF STATIONERY ITEMS FOR A PERIOD OF ONE YEAR

SOURCE OF FUNDING: ORDINARY BUDGET

TENDER DOCUMENT: No 495/NCB/G/D.G. 1E/22/23

The Directorate General of Immigration and Emigration invites qualified bidders to submit bids for the SUPPLY OF STATIONERY ITEMS FOR A PERIOD OF ONE YEAR as indicated in the statement of requirements.

Tender documents in English may be obtained from the secretariat of Directorate General of Immigration and Emigration from 20+ December 2022 at 14h00 upon presentation of proof of payment of a non-refundable fee of RWF 10,000 (Ten Thousand Rwandan France) on RRA Account number in any commercial bank operating in Rwanda. The proof of payment must bear the following mention Purchasing of tender document 425/NCB/G/DG&E/22/23 for the supply of stationery items for a period of one year.


Similar Jobs in Rwanda
Learn more about Directorate General of Immigration and Emigration
Directorate General of Immigration and Emigration jobs in Rwanda

All bids must be accompanied by a "Bid guarantee equivalent to 2% of the total cost issued by a bank or an insurance company that operates from Rwandan temitory.

Well printed bids, properly bound and presented in four copies, one of which is the original, must reach the secretariat of the Directorate General of Immigration and Emigration at the address mentioned above not later than 19 January 2023 at 14:30 pm. Late bids will be rejected. Bids will be opened in the presence of bidders or their representatives who choose to attend in the DGIE Board Room on 19 January 2023 at 15:00 pm. The outer envelopes should clearly indicate the tender reference number 495/NCB/G/DGISE/22/23 and the life of the Bid provision of SUPPLY OF STATIONERY ITEMS FOR A PERIOD OF ONE YEAR

Bidding will be conducted in accordance with Law N° 12/2007 of 27/03/2007 on Public Procurement the law in°5/2013 of 13/02/2013 modifying and completing the law no 12/2007 of 27/03/2007 on public procurement and ministerial order l'am 0.001/14/10/c of 19/02/2014 establishing regulations on public procurement, standard bidding documents and standard contracts and lawn 62/2018 of 25/08/2018 establishing regulations on public procurement, standard bidding documents and standard contracts

TENDER N* 495/NCB/GDGIE/22/23

Done at Kigali, on 19/12/2022

Melody TWAHIRWA

Ag. Chief Budget Manager





Deadline of this Job: 18th January 2023


Tender Notice (TN)/Invitation for Bids (IFB)

CLIENT: DIRECTORATE GENERAL OF IMMIGRATION AND EMIGRATION

TITLE: TENDER FOR THE SUPPLY OF VEHICLE TYRES FOR A PERIOD OF ONE YEAR

SOURCE OF FUNDING: ORDINARY BUDGET

TENDER DOCUMENT: Ne 494 NCBGDGE/22/23

The Directorate General of Immigration and Emigration invites qualified bidders to submit bids for the SUPPLY OF VEHICLE TYRES FOR A PERIOD OF ONE YEAR as indicated in the statement of requirements

Tender documents in English may be obtained from the secretariat of Directorate General of Immigration and Emigration from 20 December 2022 at 14h00 upon presentation of proof of payment of a non-refundable fee of RWF 10,000 (Ten Thousand Rwandan Franca) paid on RRA Account number in any commercial bank operating in Rwanda. The proof of payment must bear the following mention: "Purchasing of tender document 494/NCB/G/DG 18E/22/23 for the Supply of vehicle tyres for a period of one year.

Similar Jobs in Rwanda
Learn more about Directorate General of Immigration and Emigration
Directorate General of Immigration and Emigration jobs in Rwanda

All bids must be accompanied by a "Bid guarantee equivalent to 2% of the total cost issued by a bank or an insurance company that operates from Rwandan territory.

Well printed bids, properly bound and presented in four copies, one of which is the original, must reach the secretariat of the Directorate General of Immigration and Emigration at the address mentioned above not later than 19 January 2023 at 14:00 pm. Late bids will be rejected. Bids will be opened in the presence of bidders or their representatives who choose to attend in the DGIE Board Room on 19 January 2023 at 14:30 pm. The outer envelopes should clearly indicate the tender reference number 494/NCB/GDGISE/22/23 and the fife of the Bid provision of THE SUPPLY OF VEHICLE TYRES FOR A PERIOD OF ONE YEAR.

Bidding will be conducted in accordance with Law N° 12/2007 of 27/03/2007 on Public Procurement the law n°5/2013 of 13/02/2013 modifying and completing the law no 12/2007 of 27/03/2007 on public procurement and ministerial order no l'am n0.001/14/10/t of 19/02/2014 establishing regulations on public procurement, standard bidding documents and standard contracts and law no 62/2018 of 25/08/2018 establishing regulations on public procurement, standard bidding documents and standard contracts.

TENDER N° 494/NCB/GDG&E/22/23

Done at Kigall, on 19/12/2022

Melody TWAHIRWA

Ag. Chief Budget Manager






Deadline of this Job: 22 December 2022


PUBLIC TENDER ANOUNCEMENT

Tender title: Public tender for provision of School materials for OVC and DREAMS Beneficiaries supported by IGIRE-JYAMBERE Program at DUHAMIC ADRI office located at KICUKIRO-NIBOYE”

Client: DUHAMIC-ADRI

The deadline for submission of bids: 22/12/2022 at 2:00 p.m.

DUHAMIC-ADRI would like to invite all interested companies or firms to supply School materials to be distributed to OVC and DREAMS Beneficiaries supported by IGIRE-JYAMBERE Program.

The selection of best bidder will be done using under and in compliance with the Least Cost Selection (LCS) methods and procedures described in the tender document hereby attached.

Similar Jobs in Rwanda
Learn more about DUHAMIC — ADRI
DUHAMIC — ADRI jobs in Rwanda

The prices proposed in the financial proposal (quotation) shall include all taxes.

Bids will be submitted in a sealed envelope and addressed to the Executive Secretary of DUHAMIC-ADRI at Kicukiro head office no later than Thursday 22/12/2022 at 2:00 p.m.

The public opening of bids is fixed on the same day at 2:30 a.m at the headquarters of DUHAMIC-ADRI.

For more information call on 0788305329 during working days.

Done at Kigali, 19th December 2022

BENINEZA Innocent

Executive Secretary





Deadline of this Job: 25 January 2023


TENDER NOTICE/ INVITATION FOR BIDS

TENDER TITLE: RENTAL OF BUSES FOR TRANSPORTATION OF REFUGEES AND RETURNEES FOR THE YEAR 2022

Tender Number: 20-11-2022 – LOGISTIC PROJECT–ADRA RWANDA

The Adventist Development and Relief Agency in Rwanda (ADRA Rwanda) hereinafter referred to as the Client has received funding from UNHCR and intends to apply a portion of the funds to eligible payments under the contract for which this tender is issued.

In this regard, ADRA Rwanda invites qualified bidders specialized in the transportation service to participate in open and equal conditions to submit their bids for:

RENTAL OF BUSES FOR TRANSPORTATION OF REFUGEES AND RETURNEES ROR THE YEAR 2023”

LOT#1: Transportation of refugees

LOT#2: Transportation of returnees

Detailed documents for this tender can be obtained during working hours (from 9:00am to 5:00pm except weekends and public holidays) from ADRA Rwanda Headquarters located at KG2 567 ST 14, Kacyiru Sector, Gasabo District, Kigali City, upon presentation of proof of payment of a non-refundable fee of Fifty Thousand Rwanda Francs (50,000Rwf) to Account N° 00040-00291835-92/RWF of ADRA Rwanda opened at Bank of Kigali.


Similar Jobs in Rwanda
Learn more about Adventiste Development and Relief Agency
Adventiste Development and Relief Agency jobs in Rwanda

The bidder will be expected to submit well-printed biding documents, properly bound and sealed in 2 copies, one of which specifying the technical offer and the other specifying financial offer.  The biding document must reach ADRA Rwanda Headquarters not later than 25/01/2023 at 10:00 am. Late bids shall be rejected.

NOTE: The technical offer should be submitted separately from the financial offer. Each proposal should be put in smaller ‘inner envelopes’ having the name and address of the company. Both will then be put in a bigger “outer envelope” marked with the reference number of tender notice with the following mentions: Tender tittle: “RENTAL OF BUSES FOR TRANSPORTATION OF REFUGEES AND RETURNEES FOR THE YEAR 2023”

Bids will be opened in the presence of bidders or their representatives chosen to attend the opening session at ADRA Rwanda boardroom on 25/01/2023 at 10:30 am.

The technical proposal shall be evaluated before the financial proposal. Only bids scoring high on the Technical proposal will be qualified for financial evaluation.

The bids must have a validity period of ninety (90) days from the bids opening date.

Done at Kigali on 19th December, 2022

Geoffrey S.N. Kayonde

Country Director

ADRA Rwanda






Deadline of this Job: 18th January 2023:


ME&A – USAID/Rwanda Collaboration, Learning, and Adapting Activity (CLAA)

Request for Proposals (RFP) For Mobile Legal Aid Clinics Assessment Through USAID/Dufatanye Kubaka Ubutabera (DKU)

Request for Proposal name: Collaboration, Learning, and Adapting (CLA) Activity; Mobile Legal Aid Clinics Assessment (MLACs)

Similar Jobs in Rwanda
Learn more about ME&A Inc
ME&A Inc jobs in Rwanda

Request for Proposal number CLAA-RW-RFP-2022-02

USAID/Rwanda Collaboration, Learning, and Adapting (CLA) Activity is funded by the U.S. Agency for International Development (USAID), Contract No. 72062320D00005/72069622F00001. CLA is a Task Order under USAID Kenya and East Africa Evaluation, Assessments, and Analyses (EAA) IDIQ. USAID Terms and Conditions of Kenya and East Africa EAA IDIQ and the CLA Task Order are applicable to the anticipated subcontract. Excerpts from the IDIQ and the Task Order are included in Annex B.

The objective of the CLA Activity is to improve USAID/Rwanda’s performance monitoring, evaluation, collaboration, learning, and adapting processes to ensure the Mission effectively utilizes data in all decision-making processes. The services provided under this Activity will enable USAID/Rwanda to better deliver the sustainable development outcomes articulated in its new Country Development Cooperation Strategy (CDCS) 2020–2025 and enhance the United States (U.S.) Rwanda partnership. CLA is implemented by ME&A, Inc. (ME&A), a small business woman-owned international development firm based in the Washington, D.C., area, providing innovative solutions for economic development and social progress in more than 80 countries.

CLA is soliciting Offers to conduct a Mobile Legal Aid Clinics Assessment from local Rwandan Monitoring, Evaluation and Learning (MEL) firms that demonstrate that they are technically qualified, possess the relevant experience in MLACs and in legal aid/clinics, law, etc. have a good record of performance and meet all the request for proposal requirements.

The MEL firm described here will collect data to answer the assessment questions, make conclusions based on the findings, and identify opportunities and challenges.

Accordingly, based on the assessment findings, USAID/Rwanda will be able to adapt the project based on recommendations formulated for activity implementation in relation to the extent the targeted populations are satisfied with the support they received from the Mobile Legal Aid Clinics, lessons learned that can inform project management on the feasibility of using domestic sources of support for MLACs and the extent to which the GOR institutions provide resources to support MLACs.

Mobile Legal Aid Clinics

MLACs are implemented by the USAID/Rwanda Dufatanye Kubaka Ubutabera (DKU) Activity that runs from September 10, 2021, to September 9, 2026. The goal of MLACs is to decentralize legal aid services and ensure access to justice at the grassroots level. People living in remote areas, indigent and vulnerable persons, as well as GBV victims and people with disabilities, need access to legal aid services. Legal aid services for these groups are often lacking or require costly travel. MLACs were designed to specifically address these challenges by bringing Legal Aid Service Providers (LASPs) to local communities.

Purpose

The purpose of this USAID/Rwanda CLAA Assessment is to determine 1) the feasibility of supporting MLACs as implemented by Haguruka through the DKU activity solely by domestic resources, 2) how beneficiaries rate the services they receive through the MALCs, and 3) what alternatives to donor funding mechanisms exist to support the MLACs. This assessment will help USAID/Rwanda’s Democracy and Governance Office move the MLACs toward sustainability and better target its limited program budget.

The primary audience for this work is the USAID/Rwanda Democracy and Governance Office. In addition, audiences such as the Program Office and Front Office will also benefit from these findings regarding their roles in strategic planning and resource allocations. Other potential users include the Rwanda Ministry of Justice, the Ministry of Local Government, and various other actors engaged in the Justice Sector.

Offerors are invited to submit their proposals in accordance with the Instructions to Offerors provided below.

Issuance of this RFP does not in any way obligate ME&A to award a subcontract or a purchase order, nor does it commit ME&A to pay for costs incurred in the preparation and submission of the Offer.

Instructions to Offerors

Offer Deadline, Submission Instructions, and Offering Procedures:  Offers must be submitted no later than 5:00 pm, December 27, 2022. Each Offeror must submit an electronic copy to the ME&A email address This email address is being protected from spambots. You need JavaScript enabled to view it.and place in the subject line of the email the name of the Offering company and the words “Mobile Legal Aid Clinics Assessment”.

Offers shall include the Offer Price, and the information indicated in Clauses 3 and 5 of this section. Each Offeror may submit only one Offer. Offerors submitting more than one Offer will be disqualified, and their Offers will be rejected. Each Offeror may submit only one Offer. Offerors to submit more than one Offer will be disqualified, and their Offers will be rejected.

  1. Signature of Offers:  The Offer shall be signed by the Offer’s authorized representative. The first page of the Offer shall indicate the Request for Proposal number CLAA-RW-RFP-2022-02.
  2. Eligibility: Local MEL Rwandan companies that demonstrate that they are technically qualified, possess the relevant experience in MLACs and in legal aid/clinics, law, etc. have a good record of performance and meet all the request for proposal requirements, and not included in the USAID list of companies that are debarred, suspended, or proposed for debarment are eligible for submitting Bids in response to this RFP.
  3. Offer Contents: The offer will include the following information.
  4. Offeror’s Technical Qualifications and Experience: Interested Offers shall submit the following:
    1. Technical qualifications and past experiences of the Offeror (not to exceed 3 pages) relevant to this assignment.
    2. Offeror’s contact information (telephone number, e-mail address, and work address).
    3. Copies of all licenses and permits required under the Rwanda legislation for the performance of the work.
    4. Evidence and description of either/or at least one project about justice access and gender for legal clinic services during the last five years.
    5. Contacts (telephone number, E-mail address, and address) of at least three previous clients to provide references related to the quality of services and goods delivered by the Offeror.
    6. Firm Fixed Offer Price: The Offeror Firm Fixed Price must be expressed in Rwandan Francs (RWF). Offerors must ensure that all elements of the Offer Price are accurate and reasonable. The CLAA Project is USAID-funded, and as such is exempt from VAT.

All firms must submit only one Offer Price. Offerors to submit more than one Offer Price will be rejected.

The Offer Price shall be the cost proposal to be submitted in a separate email from the technical proposal.

  1. Key Personnel and Qualifications: This assignment requires the following skill sets: Subject Expert and Evaluation Specialist. The offer should include their CVs.
  2. Selection Criteria and Corresponding Points: Proposals will be evaluated using a 100-point system allocated as follows.
  3. a) Technical proposal (40)
  4. b) Financial Proposal (30)
  5. c) Experience of the firm/team (20)
  6. d) Qualifications of key personnel attached to the assignment (10 Points)
  7. Additional information required:

Description of understanding of the Mobile Legal Aid Clinics Assignment Requirements.

Based on the selection criteria above, 3 firms will be shortlisted for ‘’Interviews’’ and 1 of them will be contracted after ‘’Compiling Selection and Interview scores as well as due diligence’’.

  1. Questions/Clarifications: All additional questions and/or requests for clarifications regarding this procurement must be made via email and submitted to ME&A at This email address is being protected from spambots. You need JavaScript enabled to view it. before December 23th, 2022. No phone calls, oral questions, or requests for meetings will be accepted in response to this request for proposals.
  2. Specifications: All the minimum technical specifications of the requested products and services are provided in the Mobile Legal Aid Clinics SOW Annex A of this request for proposals.
  3. Time for Performance: The period of performance shall be three months starting from January 3, 2023, to March 31, 2023.
  4. Contract Type: ME&A will issue a Firm Fixed Price subcontract to the Successful Offeror. The subcontract format will follow USAID requirements and will include USAID mandatory contract clauses.
  5. Payment Schedule: The Offer price will be paid:

The Offer price will be paid within five (5) working days after the completion of the required work or submission of required deliverables by the successful Offeror, acceptance of the work by the representatives of CLAA, and receipt of a proper invoice.

CLAA reserves the right to refuse acceptance of the work if the quality or specifications of implemented work does not correspond to the requirements of the Subcontract.

  1. Offer Validity Period: Offers must remain valid for a period of 30 (thirty) calendar days from the date of Offer submission.
  2. Evaluation and Award: It is anticipated that one award will be made to the Offer who demonstrates that it is technically qualified, possesses the relevant experience, has a good record of performance, meets all requests for proposal requirements, and provides the best value. However, ME&A reserves the right to request clarifications prior to awarding a subcontract and to reject any or all Offers.
  3. Unique Entity ID: There is a mandatory requirement for your organization to provide a Unique Entity ID to ME&A. (https://sam.gov/content/home). Without a Unique Entity ID number, ME&A cannot deem an Offer "responsible" to conduct business with, and therefore, ME&A will not enter into a subcontract/purchase order or monetary agreement with any organization. The determination of a Successful Offer resulting from this request for proposal is contingent upon the winner providing a Unique Entity ID number to ME&A. Offers who fail to provide a Unique Entity ID number will not receive an award and ME&A will select an alternate Offer.

All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25,000 and above are required to obtain a Unique Entity ID number prior to the signing of the agreement. Organizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. ME&A requires that Offers sign the self-certification statement if the Offer claims an exemption for this reason.

Information on how to register an international entity in SAM.gov and obtained a Unique Entity ID number is provided in Annex C.