Tenders at Inyange Industries Ltd Among other companies

Recruitment Of Inyange Industries Ltd Milk Zones Distributors
Inyange Industries Ltd is a leading food processing company in Rwanda, manufacturing a variety of products under their brand name – “Inyange”. The “Inyange” brand has been in use since 1997.
INYANGE Industries Ltd is pleased to invite all qualified bidders to submit their proposal for recruitment of Milk zones distributors.
This advert is addressed to the experienced distributors or businessman interested to promote Inyange milk and fulfil Inyange Industries requirements as indicated in the tender document.
This tender is composed with one divisible lot and interest candidate can apply for one or all locations as indicated in the tender document.
Tender Document may be obtained on any working day from Monday, 16th January 2023 at Inyange Industries Procurement Department located at Masaka Head Office, from 8:00 am to 5:00 pm , upon presentation of proof of payment of a non-refundable fee of Five Thousand Rwandan Francs only (5,000 RWF) to the account N° 00040-00049853-28 in the name of Inyange Industries Ltd opened at Bank of Kigali.

Similar Jobs in Rwanda
Learn more about Inyange Industries Ltd
Inyange Industries Ltd jobs in Rwanda

Any other clarifications regarding this tender may be addressed by writing through E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it., not later than 7 days before the fixed deadline for the submission of required documents.
Well printed proposals properly sealed and presented in one original copy must reach at the address mentioned above not later than Tuesday, 31st January 2023 at 10:00 am at Inyange Industries Ltd offices located at Masaka Road. Only hard copy is accepted, and late bids will be rejected.
Opening of proposals will be done in presence of bidders that intends to participate in this tender by Inyange Industries team on Tuesday, 31st January 2023 at 10:30 am in their Board room.
The validity of the offers shall be 90 days from the date of opening of bids. The Outer envelope should clearly indicate the tender number and title.
Done at Kigali, on 13th January 2023
James BISERUKA
Managing Director

Request for Quote/Proposal (RFQ/RFP)
Commodity/Service Required: Customized Farm Software Management System:
A network and access point for communication and support with growers and to manage Souk Farm Ltd operations
Type of Procurement: Purchase Order
Type of Contract: Firm fixed price
Term of Contract: TBD
Contract Funding: USAID
This Procurement supports: Feed the Future Rwanda Kungahara Wagura Amasoko
Submit Proposal to: This email address is being protected from spambots. You need JavaScript enabled to view it.
Date of Issue of RFP: 16 January 2023
Bidders Conference Date : 24 January 2023
Conference Location: Virtual
Please confirm your attendance by 18 January 2022 at 5:00pm CAT to This email address is being protected from spambots. You need JavaScript enabled to view it. in order to receive a conference link.
Date Questions from Suppliers Due: 27 January 2023 at 5:00pm CAT
Date Proposal Due: 1 February 2023
Approximate Date Purchase Order Issued to Successful Bidder(s): 28 February 2023
Method of Submittal:
All offers will be received through this email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Respond via e-mail with attached document in MS Word / pdf format.
The Bidder/Seller agrees to hold the prices in its offer firm for 90 days from the date specified for the receipt of offers, unless another time is specified in the addendum of the RFP/RFQ.
Solicitation Number: FTF KWA 2022-140
Attachments to RFP:
1. 1. Attachment “A” – Commodity Specifications
2. 2. Attachment “B” – Instructions to Bidders/Sellers
3. 3. All PO Terms and Conditions are listed on our website at: 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 for commercial items: http://www.rti.org/files/PO_FAR_Clauses_Commercial_Items.pdf (hereinafter the “Terms”). Supplier’s delivery of products, performance of services, or issuance of invoices in connection with this purchase order establishes Supplier’s agreement to the Terms. The Terms may only be modified in writing signed by both parties.
All bidders/sellers are responsible to carefully review each attachment and follow any instructions that may be relevant to this procurement
Attachment A
Commodity Specifications or Statement of Work
Statement of Work
Description of Activity/Service:
Farm Software Management System:
A network and access point for communication and support with growers and to manage farm operations for Souk Farms Ltd
Location: Kigali, Rwanda

Similar Jobs in Rwanda
Learn more about Research Triangle Institute (RTI)
Research Triangle Institute (RTI) jobs in Rwanda

Project Overview
Feed the Future Rwanda Kungahara Wagura Amasoko is a five-year program working with and through the Government of Rwanda (GOR) to boost economic growth by increasing exports of the country’s high-value agricultural products such as coffee, tea, fresh beans, peppers, and chili. Kungahara Wagura Amasoko works across high-value agriculture export value chains to co-create solutions to help facilitate Rwanda’s movement from subsistence agriculture to high-value exports, driving $300 million in new investments into the sector.
Kungahara Wagura Amasoko seeks to grow the value of Rwanda’s high-value agriculture exports; create jobs along the targeted value chains by generating additional productive employment in processing, packing, and cold chain logistics; and impact household income across our target districts. The program is implemented by RTI International.
Background
Rwandan small and medium sized enterprises (SMEs) in high-value agricultural export lack access to sound systems, procedures, human capital, and best practices that would allow them to improve the business practices (e.g., operations, financial management, and governance) necessary to build investor confidence and attract capital. This includes innovations in technology that can have an impact on the Rwandan agriculture export sector in areas such as processing, logistics, and traceability, that ensure export competitiveness.

Kungahara Wagura Amasoko seeks to bridge this gap by integrating and undertaking development of innovative, cost effective, and flexible digital systems and tools needed to ensure strategic information flow within and between diverse relevant market actors for timely decision-making.
In line with this mandate, RTI International is seeking for quotations from experienced farm management software vendors who can develop and implement a digital system to synchronise sales, procurement, and production activities. SOUK Farms is an established grower and exporter of high-value horticultural produce from Rwanda. The company’s operations include cultivating, processing, and exporting high-quality horticultural produce to markets in Europe and the Middle East. The key export crops are Avocados, Bird eye chillies, Habanero, French Beans, Karela, and Strawberries. Their main export markets are Europe (Belgium, France, Netherlands, Germany), United Kingdom, UAE, and Qatar. SOUK’s farming operations are spread across 92 hectares of land. The firm cultivates on four large farms under lease agreements, and also manages a network of more than 300 outgrowers and contract farmers across Rwanda. Current outgrower programs enable >65% income increase per household on average. SOUK recorded revenues of USD1.5m in FY2021 and is in line to achieve a revenue of USD 3.1m in FY2022 from export of high-value horticulture produce.
SOUK Farms intends to build and deploy an operations management software that automates record keeping from the farm level all the way to export sales. With this software, SOUK expects to manage its entire export operations seamlessly and reduce post-harvest losses significantly. This tool would incorporate export demand forecasts from the sales team and subsequently back calculate the production inputs required to meet the demand forecast. Souk will directly pay for the maintenance of the software.
Description of Services
The overall objective of this SOW is to source vendors with proven experience and qualified staff to develop and integrate a custom farm management software for SOUK Farm Ltd with functionalities below:
Department Functionalities/Specifications
Packhouse
• Inventory of materials, what was taken out and what was returned. There should be a breakdown of the various items and what has been removed from inventory and what has been left.
• When inventory is below a certain quantity (i.e., at least enough boxes for 3 weeks of shipments), the system should notify users that more materials need to be purchased.
• Automated budgeting based on weekly export plan, including reconciliation function to track actual vs budgeted
• The export plan performance monitoring, export plan vs what was shipped, do the percentages of the success rates
• General information page and specification page to include information such as dimensions and the boxes, the number of boxes on a pallet.
• KPIs of what the cost of the packing and sorting activity is being achieved, based on the inputs. It would be the cost per produce.
• Controllable cost: Sorting/grading cost per kg
• Uncontrollable costs: Boxes, NAEB Fees, Pallets, Pallet corners, etc
• Overall cost

Farm
• For each farm and each crop
• Automated budgeting functionality (although customizable)
• Overall Budget over crop cycle > Monthly budget breakdown > Weekly budget breakdown
• Crop protection calendar
• Automation of activities required per week (i.e. we should be able to have a breakdown of planned farm activities per week).
• Checkbox planned activities against actual activities
• Farm health status based on above
• Weekly farm report functionality
• Line by line budget functionality, (for kgs, litres, bags, etc). It should include the breakdown per month and per week and then be able to tally for the total product
• Reconciliation of farm expenses vs the budgets, show deviations and percentages and give alerts
• Weekly reconciliations vs what was estimated in the budget, the system would keep track of the budget
• Crop calendar, to be able to accurately give the timelines of when to expect harvesting and when planting has been done, and also provide alerts as to when the production season is coming to and end so that the team knows.
• Casuals management functionality
• Planned casuals cost based on activity
• Actual cost paid to casuals and variance functionality to budgeted (above)
• Casuals recording and payment system
• Production plan, keep accurate information on expected production for the all the crops to be able to give an accurate indication
• Harvesting records, look at what is actually produced from the farm on a weekly basis so that you are able to see production plan vs the harvesting records. To include the grading for each of the various products
• Outgrower differentiator functionality
• Inventory management, what is in the Head Office inventory, what has been given to each of the farms. For chemicals, fertilizers, seeds, PPE, etc
• Functionality to be able to plan and create supply plan and target plans based on product demand
• Production budgets per crop, how much does it cost per kg to produce, and based on the reconciliation how much did it really cost per kg to produce

Additional features
• Reminders for the team to upload their information
• Sharing option and access option to allow people to be able to share and access various documents
• Audit trail functionality to see who edited what
• Syncing, allow for use offline, and then when connected to the internet it would be able to sync and upload the information on the cloud


Management Dashboard
• Inventory at packhouse
• Inventory at the farm
• Budget vs Actual summary in terms of how we are according to the target
• Harvest vs Actual data
• Farm status (based on activity plan vs actual)
Minimum Eligibility Criteria:
To be eligible to apply for this opportunity, vendors must meet the following minimum criteria:
• A duly registered vendor able to operate in Rwanda.
• Vendor must have a minimum of 3 years of experience providing farm management software services including design, implementation and maintenance
Application Instructions
• Company Overview: 2 pages maximum
• Full address of the applicant/Firm/Company.
• Company profile, including number of years providing farm management software.
• Registration certificate and date.
o Include Unique Entity ID (SAM.gov) or proof of confirmation that Unique Entity ID has been requested.
• Company Expertise: 3 pages maximum
o Description of at least three similar or related assignments, preferably in the agriculture sector, including referee name and contact information (phone and e-mail) for each assignment.
o Summary biography of the expert team who will be providing support.
• Proposed Design: 4 pages maximum
o Overview of proposed design of the software relative to requirements of the SOW, including timeline for completing the assignment.
• Annexes:
o Budget submitted in excel template, see Attachment C
o Curriculum Vitaes for all proposed team members, detailing relevant education, work experience, and certifications (not to exceed 2 pages maximum per CV)
By signing this attachment, the bidder confirms he has a complete understanding of the specifications and fully intends to deliver items that comply with the above listed specifications.
Signature:
Title:
Date:
Attachment “B”
Instructions to Bidders/Sellers
1. Procurement Narrative Description: The Buyer (RTI) intends to purchase commodities and/or services identified in Attachment A. The Buyer intends to purchase the quantities (for commodities) and/or services (based on deliverables identified in a Statement of Work). The term of the Ordering Agreement shall be from Award Date to the Delivery date of the Offeror unless extended by mutual agreement of the parties. The Buyer intends to award to a single “approved’ supplier based on conformance to the listed specifications, the ability to service this contract, and selling price. We reserve the right to award to more than one bidder. If an Ordering Agreement is established as a result of this RFQ/RFP, supplier understands that quantities indicated in the specifications (Attachment A) are an estimate only and RTI does not guarantee the purchase quantity of any item listed.
2. Procuring Activity: This procurement will be made by Research Triangle Institute (RTI International), located at
RTI International, SANLAM Towers, 2ND Floor, KN 67 St. No.10 Kigali, Rwanda
who has a purchase requirement in support of a project funded by
USAID

(insert client’s name)
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.
3. 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, so as 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.
4. 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.
5. Questions Concerning the Procurement. All questions in regards to this RFQ/RFP to be directed to
This email address is being protected from spambots. You need JavaScript enabled to view it.
at this email address:
This email address is being protected from spambots. You need JavaScript enabled to view it.
The cut-off date for questions is (insert date).

27 January 2023 at 5:00pm CAT
6. 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.
7. 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.)
8. 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 form. Sellers may propose alternative payment terms and they will be considered in the evaluation process.
9. 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.
10. 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.
11. 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:
• PRICE (30%)
1. Lowest evaluated ceiling price (inclusive of option quantities).
• DELIVERY. (10%)
1. Seller provides the most advantageous delivery schedule.
• TECHNICAL. (40%)
1. Services shall satisfy or exceed the specifications described in RFQ/RFP Attachment A.
• PAST PERFORMANCE AND EXPERTISE (20%)
1. Seller can demonstrate his/her capability and resources to provide the items/services requested in this solicitation in a timely and responsive manner.
12. 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.
13. 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 33 days after submission.
14. 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.
15. 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 This email address is being protected from spambots. You need JavaScript enabled to view it.. You may report a suspected violation anonymously.
16. 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:
Title:
Date:

Purchase and Supply 30 New Sewing Machines to Aspire Debate Rwanda participants
Our programs are well designed to proactively engage and empower youth, to create a sense of ownership so that they can live an independent but responsible life. We focus on Debate Education, Financial Literacy, Leadership Skills Development, Advocacy, and Awareness campaigns on issues that can impede youth from realizing their full potential

Purchase and Supply 30 New Sewing Machines to Aspire Debate Rwanda participants’ In Cyeza Sector in Muhanga District under Youth Empowerment Project.
Tender Notice
Aspire Debate Rwanda is a youth centered and led non-profit organization founded in 2014 with zeal to empower, instill critical thinking and other soft skills through creating an enabling space for youth to actively participate, engage and influence policy formulation and programs that strengthen national transformation agenda.
We believe in active participation of the youth and our programs are designed to proactively engage and empower youth, create a sense of ownership so that they can live an independent but responsible life. To achieve this, we specialize and focus on Debate Education, Financial Literacy, Leadership Skills Development, Advocacy and Awareness on issues that can impede youth from realizing their full potential.
Aspire Debate Rwanda hereby invites sealed bids from eligible national bidders who have Electronic Billing Machine for a tender No 001/01/FY23.

Similar Jobs in Rwanda
Learn more about Aspire Debate Rwanda
Aspire Debate Rwanda jobs in Rwanda

This call is open and has equal terms to all eligible bidding companies registered in Rwanda with specialization in supply of Sewing machines and related items.
The tender document can be obtained from 18th January 2023 at the office of Aspire Debate Rwanda located on 3rd floor IKAZE Building in UR-CST just above UR-Polyclinic in ISIBO Village, Kiyovu Cell, Nyarugenge Sector, Nyarugenge District, Kigali City upon presentation of a prepaid bank slip of non-refundable amount of ten thousand Rwandan francs per lot (10,000 Rwf). This payment shall be remitted to Aspire Debate Rwanda Bank Account N° 4490151616/RWF opened in KCB Bank.

Please note: Aspire Debate Rwanda will not provide any transport. Representative of the company bidding are required to bring proof of representing the company, such as an authorization letter from the Managing Director or staff card showing that he/she works for the company.
The offers should be well typed, appropriately bound technical and financial proposal presented in One Original copy, and must reach in sealed envelopes to the previously mentioned address no later than 07th February 2023 at 10:00am local time. Late bids will be rejected and returned unopened.
The bids shall be opened on the same day at 10:30 am in the presence of the bidders or their representatives who choose to attend in the meeting room of Aspire Debate Rwanda.
Aspire Debate Rwanda reserves the right to reject any bid deemed inappropriate
Done at Kigali on 16th January 2023
Executive Director
Aspire Debate Rwanda


CALL FOR EXRESSION OF INTEREST (EOI) - HYBRID PROCESS.

EOI #: PIH/IMB /3036/M 01/ FY 23

Title of the EOI: PIH-IMB – SUPPLIER PREQUALIFICATION PROCESS FOR PHARMACEUTICAL PRODUCTS, LABORATORY AND MEDICAL CONSUMMABLES.

Sector: PROCUREMENT

Client: PARTNERS IN HEALTH / INSHUTI MU BUZIMA

Source of funds: PARTNERS IN HEALTH

Category: DRUGS AND OTHER MEDICAL COMMODITIES

Deadline for receipt of EOI: FEBRUARY 15, 2023

INTRODUCTION

Partners In Health (PIH) is a nonprofit organization with its headquarters in Boston, Massachusetts, whose mission is to provide quality health care for poor and most in need populations around the world. Since 2005, the Ministry of Health in Rwanda has worked with PIH Rwanda, also known as Inshuti Mu Buzima, to improve the quality of care in the country and increase health care access for Rwanda most in need populations. Partners In Health/ Inshuti Mu Buzima (PIH/IMB) have since helped to bring high-quality health care to three rural districts in Rwanda namely Kayonza, Burera and Kirehe.

PIH/IMB is in the process of establishing a robust supplier database and conduct due diligence of the suppliers. Thus, PIH/IMB invites qualified and eligible domestic, regional business corporations, suppliers, vendors, manufacturers to submit EOIs to register them as PIH-IMB pre-qualified suppliers.

Terms of References (ToRs) will be available in Partners In Health/Inshuti Mu Buzima e-Procurement System (https://pih-imb.org.rw/eprocurement/index.php) starting from January 10th 2023 to February 15 , 2023.

To be eligible interested, qualified and authorized supplier must submit their EOIs providing duly filled mandatory documents as required.

The bidders must comply with all the instructions, terms and conditions and ensure that all the forms and documents required are properly completed and ELECTRONICALLY SUBMITTED through Partners In Health/Inshuti Mu Buzima Procurement System

(https://pih-imb.org.rw/eprocurement/index.phpbefore 15th February 2023 to 11: 59 pm (closing time) Kigali time prompt – Failing to follow this instruction proposals will be not be considered.

GENERAL INSTRUCTIONS

  • This prequalification does not amount to any contractual obligation on the part of PIH/IMB and it is not obliged to invite any quotations from any or all applicants who have expressed their interest by responding to this invitation.
  • The documents should be duly signed by authorized representative of the organization and stamped.
  • The applicant shall bear all costs associated with the preparation and submission of the EOI; PIH/IMB will not in any case be responsible and liable for the costs incurred in the preparation of EOI.

INSTRUCTIONS FOR FILLING IN THE EOI REQUIRED DOCUMENTS & FORMS

  1. Duly filled and signed EOI supporting documents outlined in annexes on page 10 – 29 of the TORs
  2. Annex-2 (Supplier’s General Information),...
  3. Annex-5 (Supplier’s Self Declaration Form)
  4. Annex-1 (Technical product summary Form) in both pdf and editable excel formats
  5. Please ensure to submit the following documents, if available, as these will be the basis for evaluation of EOI.
  6. Administrative and legal documents
  7. Certificate of Registration/Incorporation
  8. Certificate of authorized dealership / distributorship
  9. Tax and financial documents
  10. Certificate of Tax Clearance
  11. Non-bankrupt certificate for regional and international companies.
  12. Audited recent financial statements within three (3) years.
  13. Others documents
  14. Experience certificates; eg proof of service completion with other clients and values of executed contracts.
  15. Any other relevant certificates such as Quality Assurance Certificate and other certificates as applicable on the nature of commodity that may help to operate your business entity.
  16. Note: PIH/IMB may decide to conduct due diligence process (visit and physical verification of suppliers’ office premises and contact their clients to crosscheck essential information provided in the EOI) prior to final decision for prequalification.

Special Notes:

(1) There is no fee paid to obtain the EOI requirements – all information will be available at PIH e-procurement system.

(2) All EOIs documents must be submitted in one zipped folder.

(3) EOIs will be evaluated on the greatest overall fulfilment of requirements; the eligibility criteria and EOIs establishment of company pre selection list shall be done as per PIH Procurement policy and minimum requirements availed as per each area of business (pharmaceuticals; laboratory consumables and reagents or other medical commodities).

For any clarification and support please do reach out to us using following PIH Procurement e mail: This email address is being protected from spambots. You need JavaScript enabled to view it.

Done at Kigali on January 10, 2023

Senior Director of Procurement & Logistics

Partners In Health / Inshuti Mu Buzima

REQUEST FOR PROPOSALS

Irembo Ltd is a technology company in the gov-tech and fin-tech spaces that designs and develops digital products focused on users in Africa, starting with Rwanda. Irembo has eight years of experience creating Irembo’s pioneer product, the online platform https://irembo.gov.rw/ that helps Rwandan citizens and foreigners to access over 100 public services.

In a bid to increase the awareness on how to access and use the government digital services available on IremboGov platform, Irembo would like to conduct a nation-wide campaign to encourage citizens to access the portal through self-service or support by an Irembo agent.

Irembo Ltd invites all interested and capable firms to submit their proposals in this regard. For full information about this tender, a Request For Proposals document in English may be obtained upon an email request sent to: This email address is being protected from spambots. You need JavaScript enabled to view it.

The following administrative documents are required for the technical proposal to be considered:

  • Copy of a trade license;
  • A valid certificate issued by the Rwanda Social Security Board
  • A valid tax clearance certificate issued by Rwanda Revenue Authority

Enquiries regarding this tender may be addressed to:

The Chief Executive Officer

Attn: Procurement Office

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.

Proposals in PDF must be sent to the above mentioned email Not later than Friday, 27/01/2023 at 5:00PM (CAT). Late bids will not be accepted. The tender reference number is: 01/01/Irembo/2023. Technical Proposals and Financial Proposals shall be submitted separately.

Israel BIMPE

Chief Executive Officer

Irembo ltd


TITLE: Request for cleaning services and supply related materials in 16 upcountry Branches of Urwego Bank Plc,
Urwego Bank PLC, hereinafter referred to as “the bank” hereby invites interested professional companies to submit their financial proposal for offering cleaning services and supply related cleaning materials at its 16 up country branches.

Please also note the following;
1.Important notice
1. All the quotations should be submitted in sealed envelopes with the following mentions: “RFQ-2023/01/Log/004 cleaning services and supply related materials at 16 up country branches of Urwego Bank”, and submitted to the bank’s reception at its head office located at , Plot 428, KG5 RD, UMUYENZI PLAZA, Remera Sector,Gasabo, Tel. +250 788173100, Website: urwegobank.com;
2. The quotations received, and acknowledged at the Head office, will be opened, and analyzed for selection by the bank tender committee members who will thereafter inform each bidder of the final decision;
3. The quotations should include VAT certificate along with a valid tax clearance certificate with RRA and RSSB, a valid Trading license from RDB with at least 4 years’ experience in similar activities, and relevant certification with RURA. Note that the bidder should be in the field tying with this present tender as per RDB registration certificate
4. The bidder should present 5 completion certificates from reputable institutions to substantiate his competency and having of working experience for at least 4 years;
5. The site visit is advised but not mandatory.
6. The bidder’s monthly cost of all the services will include transport, accommodation, materials, and labor for each equipment at every branch, all combined;
7. The cleaner will be supporting and assisting to delever courier services as messenger;
8. List of materials needed at all branches is on attachment;
9. List of branches that bidders will visit and offer the service is on attachment.
10. Note: The Head office is not included.
11. Note: Urwego Bank reserve the right to offer the contract for one lot or two lots
12. Note: Bids or quotation with missing any required documents will be excluded immediately.
The Deadline for submission of quotes is set on Monday 27th January, 2023 at 3:00 pm at Head Office of the bank through our reception office located at UMUYENZI Plaza at 3rd floor: KG 5 RD, Rukiri-Remera-Gasabo- Umuyenzi Plaza
For further information, please contact us on 0788536052 /0737179657
Done at Kigali on 12th January 2023
Urwego Bank Management
Done at Kigali on 12th January 2023
2.Description and Features:

Similar Jobs in Rwanda
Learn more about Urwego Bank PLC
Urwego Bank PLC jobs in Rwanda

LOT 1. Up country branches
No Branch names cleaner onbranch Starting work at End work at Salary for 1 cleaner pe
1 Nyamata 1
2 Rwamagana 1
3 Ngoma 1
4 Huye 1
5 Muhanga 1
6 Musanze 1
7 Rubavu 1
8 Rusizi 1
9 Gicumbi 1
10 Kabarore 1
11 Karongi 1
12 Nyagatare 1
13 Ruhango 1
14 Kinigi 1
15 Mahoko 1
16 Nyakarambi 1
Total monthly charges all taxes inclusive

2.2 List of materials
No Branch names QTY to deliver at branch per month or N/A
1 Toilette paper Box of 50 pcs each
2 Liquid soap 5 littles
3 Harpic
4 Shinex PCS
5 Hand wash PCS
6 Omo
7 Vim
8 Torchons
9 Raclettes
10 Tawel
11 Broom
12 Toilet brush
13 Air Fresh /TROPICAL
14 climax
15 ventouse
16 hard brash
17 sponge (Box of 10 PCS)
18 pledges
19 Small tawel (Essue-vessaire)
20 Soft bloom
Urwego Bank Management
Done at Kigali on 12th January 2023
3. Monthly Summary charges
s/n Description of service Overall monthly charge all taxes inclusive
1. Cost for LOT 1 + LOT 2 Cleaner’s salary and supply for materials at branches (monthly cost)
Total monthly charges all taxes inclusive for all the services combined …........................................Rwf
4. Importance note
1. The bank will provide a space (store) to accommodate cleaning materials; but will not be responsible for any abuse of it.
2. The selected winner is obliged to give the contract to the cleaner
3. The contractor company will be responsible to all government taxes related to the cleaner (pension contributions and maternity leave contribution to Rwanda Social Security Board (RSSB), Pay as You Earn (PAYE) to RRA as well as any employment tax as appropriate)
4. The winner will present the report at the end of month from all branches which form should be sanction (positively or negatively) the service offered. The form will be signed and stamped by both sides (Branch leaders and service provider).
5. The payment will be processed after the service delivered at the end of every month.
Urwego Bank Management

Public Auction For Stock Items, Office Materials And Motorcycles
ISCO was established in 1995, and is the current leading provider of security services in Rwanda. It provides forward thinking solutions that have been streamlined and digitized for efficient and timely operational standards. Recently rebranded from Intersect Security to ISCO, The Company has transformed from a traditional security company to an innovative service provider in services that require expertise &vast national network including:
• Security services
• Cash services
• Internet services

Established in 1995, Intersec Security Company Ltd (ISCO) is the leading provider of private security services and proud to be among the largest employers in Rwanda private sector with a workforce of about 7,000 employees. ISCO provides forward thinking solutions that are continuously streamlined and digitized for efficient and timely operational standards; with a vision “To be the preferred security provider in the region with the most reliable security services”. ISCO hereby wishes to sell stock items, Office materials and Motorcycles. All items are located at ISCO Headquarters (Kigali City, Kicukiro District, Gikondo sector, Kinunga cell, Ruganwa Village).

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

• The visit is scheduled on Wednesday 18th /01/2023 and Thursday 19th /01/2023 at 2pm – 5pm.
• The auction will be conducted publicly on Friday 20th/01/2023 at 10:30am at the above-mentioned location.
• The successful bidder will pay immediately by cash or certified cheque.
NB:
• The management of ISCO reserves the right to decline any offer that is deemed lower than the actual value of the Item, Office materials or Motorcycles.
• The bidder has the right to bid for one or all the auctioned items and Motorcycles.
Done at Kigali, 13th/01/2023
Desire NGABONZIZA
Managing Director