Home Blog Page 242

Request for Quotation – Provision of Accommodation, Conferencing and Other Hotel Services at CARE International Rwanda | Kigali : Deadline: 29-07-2024

0

Request for Quotation-Provision of Accommodation, Conferencing and Other Hotel Services

1. ABOUT CARE

At CARE, we seek a world of hope, inclusion, and social justice, where poverty has been overcome and people live with dignity and security.

This has been our vision since 1945, when we were founded to send lifesaving CARE Packages® to survivors of World War II. Today, CARE is a leader in the global movement to end poverty. We put women and girls in the center because we know we cannot overcome poverty until all people have equal rights and opportunities. In 2019, CARE worked in 100 countries and reached 70 million people with an incredible range of life-saving programs.

To know more about CARE, https://www.care.org/our-work/


2. GENERAL CONDITIONS and CLAUSES

2.1. CARE’s GENERAL CONDITIONS

The enclosed document is not an offer to contract, but a solicitation of a vendor’s proposed intent. Acceptance of a quotation in no way commits CARE to award a contract for any or all products and services to any vendor.

CARE reserves the right to make the following decisions and actions based on its business interests and for reasons known only to CARE:

  • To determine whether the information provided does or does not substantially comply with the requirements of the RFQ
  • To contact any bidder after quotation submittal for clarification of any information provided.
  • To waive any or all formalities of bidding
  • To accept or reject a quotation in whole or part without justification to the bidder
  • To not accept the lowest bid
  • To negotiate with one or more bidders in respect to any aspect of submitted quotation
  • To award another type of contract other than that described herein, or to award no contract.
  • To enter into a contract or agreement for purchase with parties not responding to this RFQ
  • To request, at its sole discretion, selected Vendors to provide a more detailed presentation of the quotation.
  • To not share the results of the bids with other bidders and to award contracts based on whatever is in the best interest of CARE.

Any material statements made orally or in writing in response to this RFQ or in response to requests for additional information will be considered offers to contract and should be included by vendor in any final contract.


2.2. CONFIDENTIALITY/ NON-DISCLOSURE

All information gained by any vendor concerning CARE work practices is not to be disclosed to anyone outside those responsible for the preparation of this quotation. Any discussion by the vendor of CARE’s business practices could be reason for disqualification. CARE, at their discretion, reserves the right to require a non-disclosure agreement.

Reciprocally, CARE commits that information received in response to this RFQ will be held in strict confidence and not disclosed to any party, other than those persons directly responsible for the evaluation of the responses, without the express consent of the responding vendor.

Finally, the information contained within this RFQ is confidential and is not to be disclosed or used for any other purpose by the vendor.

2.3. PUBLICITY

Any publicity referring to this project, whether in the form of press releases, brochures, or photographic coverage will not be permitted without prior written approval from CARE.


2.4. LIABILITY

The selected vendor(s) will be required to show proof of adequate insurance at such time as CARE is prepared to procure the services. The participating vendor will also be required to indemnify and hold harmless CARE for, among other things, any third-party claims arising from the selected vendor’s acts or omissions and will be liable for any damage caused by its employees, agents or subcontractors.

2.5. FORCE MAJEURE

  • Neither Party shall be responsible for a performance that is delayed, hindered, or is rendered inadvisable, commercially impracticable, illegal, or impossible by a “Force Majeure Event.” A Force Majeure event includes, without limitation, an act of nature, a pandemic, emergency, civil unrest or disorder, actual or threatened terrorism, war, fire, governmental action or interference of any kind, power or utility failures, strikes or other labor disturbances, a health warning issued by the Center for Disease Control (or similar agency), any other civil or governmental emergency and/or any other similar event beyond a Party’s reasonable control.
  • The Party that seeks to invoke this Force Majeure provision (the “Affected Party”) shall provide the other Party (the “Unaffected Party”) with a written notice within ten (10) days of the date the Affected Party determines a Force Majeure Event has occurred.

2.6. ERRORS AND OMISSIONS

CARE expects the vendor will provide all labor, coordination, support, and resources required based on the vendor’s quotation and corresponding final SOW. No additional compensation will be available to the vendor for any error or omission from the quotation made to CARE. The only exclusions are add-ons, deletions, and/or optional services for which the vendor has received written authorization from CARE.

2.7. OWNERSHIP OF WORK

All work created during this evaluation must be original work, and no third party should hold any rights in or to the work. All rights, title and interest in the work shall be vested in CARE.

2.8. CONFLICT OF INTEREST

CARE encourages every prospective Supplier to avoid and prevent conflicts of interest, by disclosing to CARE if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, specifications, cost estimates, and other information used in this RFQ.

3. COMPANY PROFILE & BIDDER’S DECLARATION

Bidders are requested to complete this form, including the Company Profile and Bidder’s Declaration, sign it and return it as part of your quotation. No alterations to its format shall be permitted and no substitutions shall be accepted.

3.1. COMPANY PROFILE

Table 4.1.APrevious Work with CARE

Have you already had previous transactions with CARE?

Yes

No

If marked “Yes”, please provide the year of the latest transaction with CARE and the requirement that was delivered. (This is to inform everyone that this information is for system checking only. This will not be part of any evaluation process.)

If you marked, “No” on the table above, please answer the Table 4.1.A. below:




Table 4.1.BOther Information

Item Description

Detail(s)

Legal name of bidder

Legal Address, City, Country

Website

Year of Registration

Company Expertise

Bank Information (Please answer below)

Bank Name:

Bank Address:

IBAN:

SWIFT/BIC:

Account Currency:

Bank Account Number:

Previous relevant experience: 3 contracts

Name of previous contracts

Client & Reference Contact Details

Contract Value

Period of activity

Types of activities undertaken

3.2. BIDDER’S DECLARATION

Yes

No

Ethics: By submitting this Quote, I/we guarantee that the bidder has not engaged in any improper, illegal, collusive, or anti-competitive arrangements with any competitors; has not directly or indirectly contacted any buyer representative (aside from the point of contact) or gather information regarding the RFQ; and has not attempted to influence or offer any type of personal inducement, reward, or benefit to any buyer representative.

I/We affirm that we will not engage in prohibited behavior or any other unethical behavior with CARE or any other party. We also affirm that we have read the general clause and conditions included in this RFQ and that we will conduct business in a way that avoids any financial, operational, reputational, or other undue risk to CARE.

Conflict of interest: I/We warrant that the bidder has no actual, potential or perceived Conflict of Interest in submitting this Quote or entering a Contract to deliver the Requirements. CARE Procurement’s Point of Contact will be notified right away by the bidder if a conflict of interest occurs during the RFQ process.

Bankruptcy: l/We have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and there is no judgment or pending legal issues that could hinder the ability to conduct business.

Offer Validity Period: I/We confirm that this Quote, including the price, remains open for acceptance for the Offer Validity.

I/We understand and recognize that you are not bound to accept any quotation you receive, and we certify that the goods offered in our Quotation are new and unused.

By signing this declaration, the signatory below represents, warrants and agrees that he/she has been authorized by the Organization/s to make this declaration on its/their behalf

Name:

Title/Designation:

Company Name:

Date:

Signature




4. CONDITIONS AND GUIDELINES FOR SUBMISSION OF QUOTATION

This Request for Quotation represents the requirements for an open and competitive process.

Quotations will be accepted until 5:30 PM local time [July 29, 2024], delivered via email solely to (RWA.Procurement@care.org), no later than the above specified date.

Additionally, all costs included in quotations must be all-inclusive to include any outsourced or contracted work. Any quotations which call for outsourcing or contracting work must include a name and description of the organizations being contracted.

All costs must be itemized to include an explanation of all fees and costs.

Contract terms and conditions will be negotiated upon selection of the winning bidder for this RFQ. All contractual terms and conditions will be subject to review by the CARE legal department, and will include scope, budget, schedule, and other necessary items pertaining to the project.

You must respond to every subsection including statement, question, and/or instruction without exception.

Any verbal information obtained from, or statements made by representatives of CARE shall not be construed as in any way amending this RFQ. Only such corrections or addenda as are issued in writing by CARE to all RFQ participants shall be official. CARE will not be responsible for verbal instructions.

5 SCHEDULE OF REQUIREMENTS

4.1. CARE TECHNICAL SPECIFICATIONS

CARE International in Rwanda aims to establish Framework Agreements with qualified Hotels for provision of accommodation, conferencing and other hotel related services. The selected hotels will initially be engaged for a period of two years (2), with the possibility of renewal for up to one (1) additional year pending satisfactory performance evaluation. The prices given by the hotels will remain fixed for the duration of the contract with CARE.

Item #

Description

Specification

Qty

Unit of Measurement

1.

Full day conference package

-Size of the conference hall

-Mineral water (to specify the ml)

-note books and pens

-projector

-Strong WIFI

-sound system

-Tea break

-Lunch with soft drink

-number of people required

Per Pax

Pax

2.

Half day conference package

 3.

Accommodation on full board basis

-single room

-Medium room

-Room for mothers accompanied with a baby and a babysitter

Per Pax

pax

Accommodation on half

Board basis

Accommodation on bed and breakfast

4.

Hotel capacity in terms of accommodation

Number of rooms for accommodation per category

Per Pax

Pax

5.

Airport transfers

Airport transfer fees for hotels located in Kigali

Per pax

pax

N.B: Each vendor/Hotel should specify the province and the district where the business is located.

4.2. CARE DELIVERY REQUIREMENTS.

Item #

Other Requirements

1

Delivery Date & Time

Bidder shall deliver the service at least 2 weeks after Contract signature.

2

Exact Address(es) of Delivery Location

CARE Rwanda,

KG 541ST, P.O. Box 550 Kigali,

 Career Center Building, 8th floor

Tel: 0788306241/0788304454

Email: care.rw@care.org

3

Warranty Period

Standard Manufacturer’s Warranty (if applicable)

4

Payment Terms

30 Days upon Receipt of items

5

Quotation Validity

The quote needs to be valid for 90 days to cover all the days from bidding up to the award process.

6

Check in and check out time

7.

Time limit for canceling a booking

8.

PO acceptance

the vendor accepts the PO or not

9.

Hotel category

Number of stars

5. TECHNICAL & FINANCIAL OFFERS

5.1. SUPPLIER’S OFFER

Table 5.1.A Bidder’s Offer

Item #

Description

Bidder’s Specification

Table 5.1.B Cost Proposal

Item #

Description

Qty

Unit of Measurement

Unit Price

(in USD)

Total Price

(in USD)

Table 5.1.C Compliance with Requirements

Yes, we will comply

No, we cannot comply

If marked as “No”, please provide counter proposal

Minimum Technical Specifications

Delivery Lead Time

Delivery Term (INCOTERMS)

Warranty Period (If Applicable)

Validity of Quotation

Other Requirements (Please specify)

Done at Kigali on July 5th, 2024.

Procurement unit











Request for Proposal – Provision of Printing Services for CARE Rwanda at CARE International Rwanda | Kigali: Deadline: 29-07-2024

0

Request for Proposal – provision of printing services for CARE Rwanda

1. ABOUT CARE

At CARE, we seek a world of hope, inclusion, and social justice, where poverty has been overcome and people live with dignity and security.

This has been our vision since 1945, when we were founded to send lifesaving CARE Packages® to survivors of World War II. Today, CARE is a leader in the global movement to end poverty. We put women and girls in the center because we know we cannot overcome poverty until all people have equal rights and opportunities. In 2019, CARE worked in 100 countries and reached 70 million people with an incredible range of life-saving programs.

To know more about CARE, visit: https://www.care.org/our-work/


2. GENERAL CONDITIONS and CLAUSES

2.1. CARE’s GENERAL CONDITIONS

The enclosed document is not an offer to contract, but a solicitation of a vendor’s proposed intent. Acceptance of a proposal in no way commits CARE to award a contract for any or all products and services to any vendor.

CARE reserves the right to make the following decisions and actions based on its business interests and for reasons known only to CARE:

  • To determine whether the information provided does or does not substantially comply with the requirements of the RFP
  • To contact any bidder after proposal submittal for clarification of any information provided.
  • To waive any or all formalities of bidding
  • To accept or reject a proposal in whole or part without justification to the bidder
  • To not accept the lowest bid
  • To negotiate with one or more bidders in respect to any aspect of submitted proposal
  • To award another type of contract other than that described herein, or to award no contract.
  • To enter into a contract or agreement for purchase with parties not responding to this RFP
  • To request, at its sole discretion, selected Vendors to provide a more detailed presentation of the proposal
  • To not share the results of the bids with other bidders and to award contracts based on whatever is in the best interest of CARE.

Any material statements made orally or in writing in response to this RFP or in response to requests for additional information will be considered offers to contract and should be included by vendor in any final contract.


2.2. CONFIDENTIALITY/ NON-DISCLOSURE

All information gained by any vendor concerning CARE work practices is not to be disclosed to anyone outside those responsible for the preparation of this proposal. Any discussion by the vendor of CARE’s business practices could be reason for disqualification. CARE, at their discretion, reserves the right to require a non-disclosure agreement.

Reciprocally, CARE commits that information received in response to this RFP will be held in strict confidence and not disclosed to any party, other than those persons directly responsible for the evaluation of the responses, without the express consent of the responding vendor.

Finally, the information contained within this RFP is confidential and is not to be disclosed or used for any other purpose by the vendor.

2.3. PUBLICITY

Any publicity referring to this project, whether in the form of press releases, brochures, or photographic coverage will not be permitted without prior written approval from CARE.

2.4. LIABILITY

The selected vendor(s) will be required to show proof of adequate insurance at such time as CARE is prepared to procure the services. The participating vendor will also be required to indemnify and hold harmless CARE for, among other things, any third-party claims arising from the selected vendor’s acts or omissions and will be liable for any damage caused by its employees, agents or subcontractors.


2.5. FORCE MAJEURE

  • Neither Party shall be responsible for a performance that is delayed, hindered, or is rendered inadvisable, commercially impracticable, illegal, or impossible by a “Force Majeure Event.” A Force Majeure event includes, without limitation, an act of nature, a pandemic, emergency, civil unrest or disorder, actual or threatened terrorism, war, fire, governmental action or interference of any kind, power or utility failures, strikes or other labor disturbances, a health warning issued by the Center for Disease Control (or similar agency), any other civil or governmental emergency and/or any other similar event beyond a Party’s reasonable control.
  • The Party that seeks to invoke this Force Majeure provision (the “Affected Party”) shall provide the other Party (the “Unaffected Party”) with a written notice within ten (10) days of the date the Affected Party determines a Force Majeure Event has occurred.

2.6. ERRORS AND OMISSIONS

CARE expects the vendor will provide all labor, coordination, support, and resources required based on the vendor’s proposal and corresponding final SOW. No additional compensation will be available to the vendor for any error or omission from the proposal made to CARE. The only exclusions are add-ons, deletions, and/or optional services for which the vendor has received written authorization from CARE.

2.7. OWNERSHIP OF WORK

All work created during this evaluation must be original work, and no third party should hold any rights in or to the work. All rights, title and interest in the work shall be vested in CARE.


2.8. CONFLICT OF INTEREST

CARE encourages every prospective Supplier to avoid and prevent conflicts of interest, by disclosing to CARE if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, specifications, cost estimates, and other information used in this RFP.

3. COMPANY PROFILE & BIDDER’S DECLARATION

Bidders are requested to complete this form, including the Company Profile and Bidder’s Declaration, sign it and return it as part of your proposal. No alterations to its format shall be permitted and no substitutions shall be accepted.

3.1. COMPANY PROFILE

Table 4.1.APrevious Work with CARE

Have you already had previous transactions with CARE?

Yes

No

If marked “Yes”, please provide the year of the latest transaction with CARE and the requirement that was delivered. (This is to inform everyone that this information is for system checking only. This will not be part of any evaluation process.)

If you marked, “No” on the table above, please answer the Table 4.1.A. below:




Table 4.1.BOther Information

Item Description

Detail(s)

Legal name of bidder

Legal Address, City, Country

Website

Year of Registration

Company Expertise

Bank Information (Please answer below)

Bank Name:

Bank Address:

IBAN:

SWIFT/BIC:

Account Currency:

Bank Account Number:

Previous relevant experience: 3 contracts

Name of previous contracts

Client & Reference Contact Details

Contract Value

Period of activity

Types of activities undertaken




3.2. BIDDER’S DECLARATION

Yes

No

Ethics: By submitting this Proposal/Quote, I/we guarantee that the bidder has not engaged in any improper, illegal, collusive, or anti-competitive arrangements with any competitors; has not directly or indirectly contacted any buyer representative (aside from the point of contact) or gather information regarding the RFP; and has not attempted to influence or offer any type of personal inducement, reward, or benefit to any buyer representative.

I/We affirm that we will not engage in prohibited behavior or any other unethical behavior with CARE or any other party. We also affirm that we have read the general clause and conditions included in this RFP and that we will conduct business in a way that avoids any financial, operational, reputational, or other undue risk to CARE.

Conflict of interest: I/We warrant that the bidder has no actual, potential or perceived Conflict of Interest in submitting this Proposal/Quote; or entering into a Contract to deliver the Requirements. CARE Procurement’s Point of Contact will be notified right away by the bidder if a conflict of interest occurs during the RFP process.

Bankruptcy: l/We have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and there is no judgment or pending legal issues that could hinder the ability to conduct business.

Offer Validity Period: I/We confirm that this Proposal/Quote, including the price, remains open for acceptance for the Offer Validity.

I/We understand and recognize that you are not bound to accept any proposal you receive, and we certify that the goods offered in our Quotation are new and unused.

By signing this declaration, the signatory below represents, warrants and agrees that he/she has been authorized by the Organization/s to make this declaration on its/their behalf

Supplier Name:

Title/Designation:

Company Name:

Date:

Signature




4. CONDITIONS AND GUIDELINES FOR SUBMISSION OF PROPOSAL

4.1. PROPOSOSAL GUIDELINES

This Request for Proposal represents the requirements for an open and competitive process.

All vendors must provide written notification via email to RWA.Procurement@care.org of their intent to participate, or not to participate in the bidding process by [July 29, 2024].

Proposals will be accepted until 5:30 PM local time [ July 29, 2024], delivered via email solely to (RWA.Procurement@care.org), no later than the above specified date.

Any proposals received after this date and time will not be accepted. All proposals must be signed by an official agent or representative of the company submitting the proposal.

If the organization submitting a proposal must outsource or contract any work to meet the requirements contained herein, this must be clearly stated in the proposal. Additionally, all costs included in proposals must be all-inclusive to include any outsourced or contracted work. Any proposals which call for outsourcing or contracting work must include a name and description of the organizations being contracted.

All costs must be itemized to include an explanation of all fees and costs.

Contract terms and conditions will be negotiated upon selection of the winning bidder for this RFP. All contractual terms and conditions will be subject to review by the CARE legal department, and will include scope, budget, schedule, and other necessary items pertaining to the project.

You must respond to every subsection including statement, question, and/or instruction without exception.

Any verbal information obtained from, or statements made by representatives of CARE shall not be construed as in any way amending this RFP. Only such corrections or addenda as are issued in writing by CARE to all RFP participants shall be official. CARE will not be responsible for verbal instructions.


4.2. PROJECT PURPOSE AND DESCRIPTION

CARE is issuing this RFP (Request for Proposal) soliciting qualified bidders to submit proposals intended for the provision of printing services for CARE Rwanda.

This RFP is an invitation to bid, not an offer of contract. Bidders must submit a response that complies with the minimum requirements contained herein.

4.3. PROJECT OVERVIEW

CARE is seeking a provider to submit proposals intended for the provision of printing services for CARE Rwanda.

Requirement & Specs

Qty.

Unit of Measurement

Required Delivery Lead Time

Delivery Address

Contract Period

Provision of printing services for CARE Rwanda

1

Each

2 weeks after contract signature

RWA.Procurement@care.org

2 years

[Provide additional requirements]

Item #

Description

Specification

1.

T-shirts (round neck, Lacoste Embry dory, Lacoste with logo plasticized)

T-Shirts with CARE Logo and Partners Logo, In front of the T-shirt and a message at the back.

SIZE: Small, Medium, Large, XL, XXL, XXXL, XXXXL

2.

Flyers

A4 or A3 glossy or mate papers

3.

Leaflets

A5 or A4 glossy or mate papers

4.

Pull-up banner

80mm X 200mm standard fabric

5.

Horizontal banner

PVC banners (quote per meter square)

6.

certificates

A4 certificate papers

7.

Agenda

A4 glossy or mate papers

8.

Posters

A5, A4, A3, A2, A1 poster matt papers

9

Training manuals

A4 booklets/ flipcharts

10

folders

Branded A4 folders




N.B: Quantities will be determined based on specific needs.

Item #

Other Requirements

1

Delivery Date & Time

Bidder shall deliver the goods at least 2 weeks after Contract signature.

2

Exact Address(es) of Delivery Location

CARE Rwanda,

KG 541ST, P.O. Box 550 Kigali,

 Career Center Building, 8th floor

Tel: 0788306241/0788304454

Email: care.rw@care.org

3

Warranty Period

Standard Manufacturer’s Warranty (if applicable)

4

Payment Terms

30 Days upon Receipt of items

5

Quotation Validity

The quote needs to be valid for 90 days to cover all the days from bidding up to the award process. However, once the contract has been released, it shall be valid for the same coverage as reflected in the requirement above.

[Provide additional requirements]




4.4. PROJECT TIMELINE

All bidders are advised to strictly follow the below timeline as noted.

Any technical questions arising during the preparation of your response to this RFP should be submitted in writing via email to RWA.Procurement@care.org no later than [July 29, 2024].

Schedule of Activities/ To-do

Date of the Activity/ Deadline of Submission

Responsible

Remarks

RFP Issued

[July 5, 2024]

CARE

Supplier to notify CARE of intention to participate in bidding

[July 9, 2024]

Supplier

Deadlines must be strictly observed.

Deadline for submission of clarification questions to CARE

[July 12, 2024]

Supplier

Deadlines must be strictly observed.

CARE to answer all clarifications

[July 24, 2024]

CARE

Supplier’s Deadline of Submission of Proposal

[July 29, 2024]

Supplier

Deadlines must be strictly observed.

Evaluation of Proposal

From [August 1, 2024] to [August 8, 2024]

CARE

Vendor presentation (if required)

From [August 12, 2024] to [August 14, 2024]

Supplier

Finalists selected

[August 19, 2024]

CARE

Upon notification, the contract negotiation with the winning bidder will begin immediately.

4.5. PROJECT REQUIREMENTS

Technical Requirements

a. Technical Proposal of the Product

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

A. Overall Proposal Suitability

1

Please see the Scope of Work and any other required specifications for this project.

2

Provide Delivery Lead Time

3

Provide after-sales service (if applicable)

4

Ability to provide sample (if applicable)

5

Provide Warranty Period

(Any additional requirement that is deemed necessary for “Previous Works & Awards” Category

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

B. Previous Works and Awards

1

Provide 3 or more client experiences or testimonials (References whose environment, size, and scope are most similar to CARE. Include a summary of the work completed for each account. Include reference contact names, with telephone numbers and email addresses.)

2

Provide previous records of performance and service.

3

Provide citations and awards. This encompasses reviewing the citations and awards a vendor has received from other customers and award-giving bodies.

4

Provide any testimonials, survey response/s from previous buyers and/or partners.

5

(Any additional requirement that is deemed necessary for “Previous Works & Awards” Category.

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

C. Technical Expertise and Organizational Experience

1

Provide 5 Availability of vendor’s representatives to call upon and consult with.

2

Any proof that the vendor has the Ability to render satisfactory service in this instance.

3

Provide Years of experience in providing the same requirement to other companies.

4

Provide the latest audited Financial Statement.

5

(Any additional requirement that is deemed necessary for “Technical Expertise and Organizational Experience.

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

D. Others

1

Tax clearance certificate from RRA and contribution Clearance certificate from RSSB.

VALUE & COST (Financial Requirements)

(Provide below requirements, payment terms, etc., if there’s any)

See attached template (in Excel File) to be used for your financial bid.

Item #

Description

Qty

Unit of Measurement

Unit Price

(in RWF)

Total Price

(in RWF)

Compliance with Requirements

Yes, we will comply

No, we cannot comply

If marked as “No”, please provide counter proposal

Minimum Technical Specifications

Delivery Lead Time

Delivery Term (INCOTERMS)

Warranty Period (if applicable)

Validity of Quotation

Payment Terms (30 Days)

Other Requirements (Please specify)

4.6. EVALUATION CRITERIA

CARE will evaluate all proposals based on the following criteria. To ensure consideration for this Request for Proposal, your proposal should be complete and include all of the following criteria:

  • Overall Proposal Suitability: proposed solution(s) must meet the scope and needs included herein and be presented in a clear and organized manner
  • Previous Work and Awards: Bidders will be evaluated on examples of their work pertaining to the requirement as well as client testimonials and references
  • Technical Expertise and Organizational Experience: Bidders must provide descriptions and documentation of staff technical expertise and experience. Bidders also need to provide their experiences as an organization which include but not limited to years of experiences, financial stability, expertise, and edge to other competitors.
  • Value and Cost: Bidders will be evaluated on the cost of their solution(s) based on the work to be performed in accordance with the scope of this project.

Note for Country Offices (CO): The specific criteria must closely represent the objective and scope given the nature of the procurement required. Evaluation criteria reflected above can be added and or adjusted depending on the requirement and the type of purchase. The final evaluation criteria must be reflected above prior to releasing of this RFP.

CARE will review proposed budgets and pricing after the initial review of the criteria above.*

Done at Kigali on July 5th, 2024.

Procurement unit











Request for Proposal – Provision of Service of Transport for care Rwanda Staff Travelling in Kigali City or in Different Districts at CARE International Rwanda | Kigali: Deadline: 29-07-2024

0

Request for Proposal – Provision of service of transport for care Rwanda staff travelling in Kigali city or in different districts

1. ABOUT CARE

At CARE, we seek a world of hope, inclusion, and social justice, where poverty has been overcome and people live with dignity and security.

This has been our vision since 1945, when we were founded to send lifesaving CARE Packages® to survivors of World War II. Today, CARE is a leader in the global movement to end poverty. We put women and girls in the center because we know we cannot overcome poverty until all people have equal rights and opportunities. In 2019, CARE worked in 100 countries and reached 70 million people with an incredible range of life-saving programs.

To know more about CARE, visit: https://www.care.org/our-work/


2. GENERAL CONDITIONS and CLAUSES

2.1. CARE’s GENERAL CONDITIONS

The enclosed document is not an offer to contract, but a solicitation of a vendor’s proposed intent. Acceptance of a proposal in no way commits CARE to award a contract for any or all products and services to any vendor.

CARE reserves the right to make the following decisions and actions based on its business interests and for reasons known only to CARE:

  • To determine whether the information provided does or does not substantially comply with the requirements of the RFP
  • To contact any bidder after proposal submittal for clarification of any information provided.
  • To waive any or all formalities of bidding
  • To accept or reject a proposal in whole or part without justification to the bidder
  • To not accept the lowest bid
  • To negotiate with one or more bidders in respect to any aspect of submitted proposal
  • To award another type of contract other than that described herein, or to award no contract.
  • To enter into a contract or agreement for purchase with parties not responding to this RFP
  • To request, at its sole discretion, selected Vendors to provide a more detailed presentation of the proposal
  • To not share the results of the bids with other bidders and to award contracts based on whatever is in the best interest of CARE.

Any material statements made orally or in writing in response to this RFP or in response to requests for additional information will be considered offers to contract and should be included by vendor in any final contract.

2.2. CONFIDENTIALITY/ NON-DISCLOSURE

All information gained by any vendor concerning CARE work practices is not to be disclosed to anyone outside those responsible for the preparation of this proposal. Any discussion by the vendor of CARE’s business practices could be reason for disqualification. CARE, at their discretion, reserves the right to require a non-disclosure agreement.

Reciprocally, CARE commits that information received in response to this RFP will be held in strict confidence and not disclosed to any party, other than those persons directly responsible for the evaluation of the responses, without the express consent of the responding vendor.

Finally, the information contained within this RFP is confidential and is not to be disclosed or used for any other purpose by the vendor.


2.3. PUBLICITY

Any publicity referring to this project, whether in the form of press releases, brochures, or photographic coverage will not be permitted without prior written approval from CARE.

2.4. LIABILITY

The selected vendor(s) will be required to show proof of adequate insurance at such time as CARE is prepared to procure the services. The participating vendor will also be required to indemnify and hold harmless CARE for, among other things, any third-party claims arising from the selected vendor’s acts or omissions and will be liable for any damage caused by its employees, agents or subcontractors.

2.5. FORCE MAJEURE

  1. Neither Party shall be responsible for a performance that is delayed, hindered, or is rendered inadvisable, commercially impracticable, illegal, or impossible by a “Force Majeure Event.” A Force Majeure event includes, without limitation, an act of nature, a pandemic, emergency, civil unrest or disorder, actual or threatened terrorism, war, fire, governmental action or interference of any kind, power or utility failures, strikes or other labor disturbances, a health warning issued by the Center for Disease Control (or similar agency), any other civil or governmental emergency and/or any other similar event beyond a Party’s reasonable control.
  2. The Party that seeks to invoke this Force Majeure provision (the “Affected Party”) shall provide the other Party (the “Unaffected Party”) with a written notice within ten (10) days of the date the Affected Party determines a Force Majeure Event has occurred.

2.6. ERRORS AND OMISSIONS

CARE expects the vendor will provide all labor, coordination, support, and resources required based on the vendor’s proposal and corresponding final SOW. No additional compensation will be available to the vendor for any error or omission from the proposal made to CARE. The only exclusions are add-ons, deletions, and/or optional services for which the vendor has received written authorization from CARE.

2.7. OWNERSHIP OF WORK

All work created during this evaluation must be original work, and no third party should hold any rights in or to the work. All rights, title and interest in the work shall be vested in CARE.

2.8. CONFLICT OF INTEREST

CARE encourages every prospective Supplier to avoid and prevent conflicts of interest, by disclosing to CARE if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, specifications, cost estimates, and other information used in this RFP.


3. COMPANY PROFILE & BIDDER’S DECLARATION

Bidders are requested to complete this form, including the Company Profile and Bidder’s Declaration, sign it and return it as part of your proposal. No alterations to its format shall be permitted and no substitutions shall be accepted.

3.1. COMPANY PROFILE

Table 4.1.APrevious Work with CARE

Have you already had previous transactions with CARE?

Yes

No

If marked “Yes”, please provide the year of the latest transaction with CARE and the requirement that was delivered. (This is to inform everyone that this information is for system checking only. This will not be part of any evaluation process.)

If you marked, “No” on the table above, please answer the Table 4.1.A. below:

Table 4.1.B

Other Information

Item Description

Detail(s)

Legal name of bidder

Legal Address, City, Country

Website

Year of Registration

Company Expertise

Bank Information (Please answer below)

Bank Name:

Bank Address:

IBAN:

SWIFT/BIC:

Account Currency:

Bank Account Number:

Previous relevant experience: 3 contracts

Name of previous contracts

Client & Reference Contact Details

Contract Value

Period of activity

Types of activities undertaken




3.2. BIDDER’S DECLARATION

Yes

No

Ethics: By submitting this Proposal/Quote, I/we guarantee that the bidder has not engaged in any improper, illegal, collusive, or anti-competitive arrangements with any competitors; has not directly or indirectly contacted any buyer representative (aside from the point of contact) or gather information regarding the RFP; and has not attempted to influence or offer any type of personal inducement, reward, or benefit to any buyer representative.

I/We affirm that we will not engage in prohibited behavior or any other unethical behavior with CARE or any other party. We also affirm that we have read the general clause and conditions included in this RFP and that we will conduct business in a way that avoids any financial, operational, reputational, or other undue risk to CARE.

Conflict of interest: I/We warrant that the bidder has no actual, potential or perceived Conflict of Interest in submitting this Proposal/Quote; or entering into a Contract to deliver the Requirements. CARE Procurement’s Point of Contact will be notified right away by the bidder if a conflict of interest occurs during the RFP process.

Bankruptcy: l/We have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and there is no judgment or pending legal issues that could hinder the ability to conduct business.

Offer Validity Period: I/We confirm that this Proposal/Quote, including the price, remains open for acceptance for the Offer Validity.

I/We understand and recognize that you are not bound to accept any proposal you receive, and we certify that the goods offered in our Quotation are new and unused.

By signing this declaration, the signatory below represents, warrants and agrees that he/she has been authorized by the Organization/s to make this declaration on its/their behalf

Supplier Name:

Title/Designation:

Company Name:

Date:

Signature




4. CONDITIONS AND GUIDELINES FOR SUBMISSION OF PROPOSAL

4.1. PROPOSOSAL GUIDELINES

This Request for Proposal represents the requirements for an open and competitive process.

All vendors must provide written notification via email to RWA.Procurement@care.org of their intent to participate, or not to participate in the bidding process by [July 29, 2024].

Proposals will be accepted until 5:30 PM local time [July 29, 2024], delivered via email solely to (RWA.Procurement@care.org), no later than the above specified date.

Any proposals received after this date and time will not be accepted. All proposals must be signed by an official agent or representative of the company submitting the proposal.

If the organization submitting a proposal must outsource or contract any work to meet the requirements contained herein, this must be clearly stated in the proposal. Additionally, all costs included in proposals must be all-inclusive to include any outsourced or contracted work. Any proposals which call for outsourcing or contracting work must include a name and description of the organizations being contracted.

All costs must be itemized to include an explanation of all fees and costs.

Contract terms and conditions will be negotiated upon selection of the winning bidder for this RFP. All contractual terms and conditions will be subject to review by the CARE legal department, and will include scope, budget, schedule, and other necessary items pertaining to the project.

You must respond to every subsection including statement, question, and/or instruction without exception.

Any verbal information obtained from, or statements made by representatives of CARE shall not be construed as in any way amending this RFP. Only such corrections or addenda as are issued in writing by CARE to all RFP participants shall be official. CARE will not be responsible for verbal instructions.

4.2. PROJECT PURPOSE AND DESCRIPTION

CARE is issuing this RFP (Request for Proposal) soliciting qualified bidders to submit proposals intended for the provision of transportation services for the CARE Rwanda staff traveling in Kigali City or in different Districts.

This RFP is an invitation to bid, not an offer of contract. Bidders must submit a response that complies with the minimum requirements contained herein.

4.3. PROJECT OVERVIEW

CARE is seeking a provider to submit proposals intended for the provision of transportation services for the CARE Rwanda staff traveling in Kigali City or in different Districts.

Requirement & Specs

Qty.

Unit of Measurement

Required Delivery Lead Time

Delivery Address

Contract Period

provision of transportation service for the CARE RWANDA’s staff traveling in Kigali City or in different Districts

1

Each

2 Week after the contract signature

RWA.Procurement@care.org

2 years

[Provide additional requirements]




Item #

Other Requirements

1

Delivery Date & Time

Bidder shall deliver the service at least 2 weeks after Contract signature.

2

Exact Address(es) of Delivery Location

CARE Rwanda,

KG 541ST, P.O. Box 550 Kigali,

 Career Center Building, 8th floor

Tel: 0788306241/0788304454

Email: care.rw@care.org

3

Warranty Period

Standard Manufacturer’s Warranty (if applicable)

4

Payment Terms

30 Days upon Receipt of items

5

Quotation Validity

The quote needs to be valid for 90 days to cover all the days from bidding up to the award process. However, once the contract has been released, it shall be valid for the same coverage as reflected in the requirement above.

[Provide additional requirements]




The successful bidder shall have vehicles and drivers with required experience, education and ability and other resources to provide the transportation services to CARE Rwanda staff in Kigali city or in different districts.

  1. Specific activities to be carried out.
  • The successful bidder shall provide the transportation services in Kigali city or in different Districts based on CARE Rwanda request.
  • The successful bidder shall be responsible for providing vehicle in good condition
  1. Required documents
  • Contractor profile
  • License and other mandatory permits on passenger transportation as per the Rwanda law.
  • Trip coordination capacity (ability to process transportation requests sent 30 min in advance).
  • Tin number registration certificate
  1. Driver

The successful bidder shall be responsible for providing drivers for the execution of the services, that:

  • Hold a valid driving license.
  • Have a minimum of 5 years of vehicle driving experience.
  • Have experience working with International NGOs.
  • Have knowledge of Kigali cities and different districts roads network
  • Must be able to speak English and Kinyarwanda
  1. Vehicle
  • The successful bidder shall ensure the vehicle has all requirements (are in good conditions, with all the required security equipment, have an insurance and sits belts for all passengers,).
  • The successful bidder shall keep the vehicle in good technical condition and arrange for their regular maintenance.
  • The successful bidder should have enough Vehicles and all vehicles have the identification in bidder names
  1. Financial terms and conditions

The payment plan will be as follows:

  • Payment will be based on the cost of a trip provided on the attached list
  • 100% of the total payment at the end of the month upon submission of the invoice for vehicles hired to be used in Kigali after approved by Care staff
  • Payment based on PO will be used on the vehicles hired to be used in different districts out of Kigali after approved by Care staff
  • Details of trips invoiced will be attached to the invoice and approved by an authorized CARE staff.

4.4. PROJECT TIMELINE

All bidders are advised to strictly follow the below timeline as noted.

Any technical questions arising during the preparation of your response to this RFP should be submitted in writing via email to RWA.Procurement@care.org no later than [July 29, 2024].

Schedule of Activities/ To-do

Date of the Activity/ Deadline of Submission

Responsible

Remarks

RFP Issued

[July 5, 2024]

CARE

Supplier to notify CARE of intention to participate in bidding

[July 9, 2024]

Supplier

Deadlines must be strictly observed.

Deadline for submission of clarification questions to CARE

[July 12, 2024]

Supplier

Deadlines must be strictly observed.

CARE to answer all clarifications

[July 24, 2024]

CARE

Supplier’s Deadline of Submission of Proposal

[July 29, 2024]

Supplier

Deadlines must be strictly observed.

Evaluation of Proposal

From [August 1, 2024] to [August 8, 2024]

CARE

Vendor presentation (if required)

From [August 12, 2024] to [August 14, 2024]

Supplier

Finalists selected

[August 19, 2024]

CARE

Upon notification, the contract negotiation with the winning bidder will begin immediately.




4.5. PROJECT REQUIREMENTS

  1. Technical Requirements

a.1 Technical Proposal of the Product

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

A. Overall Proposal Suitability

1

Please see the Scope of Work and any other required specifications for this project.

2

Provide Delivery Lead Time

3

Provide after-sales service (if applicable)

4

Ability to provide sample (if applicable)

5

Provide Warranty Period.

(Any additional requirement that is deemed necessary for “Previous Works & Awards” Category.

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

B. Previous Works and Awards

1

Provide 3 or more client experiences or testimonials (References whose environment, size, and scope are most similar to CARE. Include a summary of the work completed for each account. Include reference contact names, with telephone numbers and email addresses.)

2

Provide previous records of performance and service.

3

Provide citations and awards. This encompasses reviewing the citations and awards a vendor has received from other customers and award-giving bodies.

4

Provide any testimonials, survey response/s from previous buyers and/or partners.

5

(Any additional requirement that is deemed necessary for “Previous Works & Awards” Category.

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

C. Technical Expertise and Organizational Experience

1

Provide 5 Availability of vendor’s representatives to call upon and consult with.

2

Any proof that the vendor has the Ability to render satisfactory service in this instance.

3

Provide Years of experience in providing the same requirement to other companies.

4

Provide the latest audited Financial Statement.

5

(Any additional requirement that is deemed necessary for “Technical Expertise and Organizational Experience.

REQUIREMENTS

Provide the necessary details. Attach document or provide separate sheet if needed.

D. Others

1

Tax clearance certificate from RRA and contribution clearance certificate from RSSB.

VALUE & COST (Financial Requirements)

(Provide below requirements, payment terms, etc., if there’s any)

See attached template (in Excel File) to be used for your financial bid.

Item #

Description

Qty

Unit of Measurement

Unit Price

(in RWF)

Total Price

(in RWF)

NB: Please provide the cost of transportation service from one location to another and from Kigali to different districts. Please also indicate the cost per km and per hour.

The below table provides details of the type of vehicles, the districts for transportation and the capacity of a vehicle and can be used while submitting the financial proposal:

Type of Vehicles

 List of districts

Capacity of a vehicle

4 x 4 Toyota Land cruiser/ Prado or similar (Prado TXL, Land cruiser VX or Prado)

Southern Province

Kigali-Muhanga

Kigali -Ruhango

Kigali- Nyanza

Kigali- Huye

Kigali- Nyamagabe

Kigali-Nyaruguru

Kigali-Gisagara

Kigali- kamonyi

Eastern Province

Kigali- Bugesera

Kigali- Rwamagana

Kigali – Kayonza

Kigali- Ngoma

Kigali – Gatsibo

Kigali – Nyagatare

Kigali-Kirehe

Western Province

Kigali- Nyabihu

Kigali-Rubavu

Kigali-Rutsiro

Kigali-Karongi

Kigali- Nyamasheke

Kigali- Ngororero

Northern Province

Kigali- Gicumbi

Kigali- Rulindo

Kigali-Gakenke

Kigali-Musanze

Kigali-Burera

KIGALI CITY (All districts)

Kimihurura-Remera

Kimihurura-Kinyinya

Kimihurura -Kabuga

Kimihurura-Gikondo

Kimihurura- Kanombe

Kimihurura-Gatsata

Kimihurura- Nyabugogo

Kimihurura- Kimisagara

Kimihurura- Kabuga

Kimihurura- Kicukiro

Kimihurura- Nyarugenge

Kimihurura- Ndera

Kimihurura – Rusororo

Kimihurura -Gahanga

Kimihurura -Ruyenzi

Kimihurura- Kanyinya

 7 Seats

Small coaster

 28 Seats

Big coaster VIP

 36 Seats

Land cruiser V8, Land cruiser GX (VIP)

7 Seats

Executive Van

18 Seats

DAIHATSU

FUSO

Small cars (Taxi Voiture)

Kigali city (All districts)

4 Seats

N.B For Kigali City, the departure will be Career Center Building located in Kimihurura Sector, Rugando cell to different zones.

For different Districts, please indicate the cost per day if the vehicle will return to Kigali and if the vehicle will stay in the district for more than one day.

For Kigali city, please indicate the fixed price per day within Kigali, in Rwandan Francs, including driver, fuel, unlimited KMs, unlimited hours and VAT.

Compliance with Requirements

Yes, we will comply

No, we cannot comply

If marked as “No”, please provide counter proposal

Minimum Technical Specifications

Delivery Lead Time

Delivery Term (INCOTERMS)

Warranty Period (if applicable)

Validity of Quotation

Payment Terms (30 Days)

Other Requirements (Please specify)

4.6. EVALUATION CRITERIA

CARE will evaluate all proposals based on the following criteria. To ensure consideration for this Request for Proposal, your proposal should be complete and include all of the following criteria:

  • Overall Proposal Suitability: proposed solution(s) must meet the scope and needs included herein and be presented in a clear and organized manner
  • Previous Work and Awards: Bidders will be evaluated on examples of their work pertaining to the requirement as well as client testimonials and references
  • Technical Expertise and Organizational Experience: Bidders must provide descriptions and documentation of staff technical expertise and experience. Bidders also need to provide their experiences as an organization which include but not limited to years of experiences, financial stability, expertise, and edge to other competitors.
  • Value and Cost: Bidders will be evaluated on the cost of their solution(s) based on the work to be performed in accordance with the scope of this project.

Note for Country Offices (CO): The specific criteria must closely represent the objective and scope given the nature of the procurement required. Evaluation criteria reflected above can be added and or adjusted depending on the requirement and the type of purchase. The final evaluation criteria must be reflected above prior to releasing of this RFP.

CARE will review proposed budgets and pricing after the initial review of the criteria above.*

Done at Kigali on July 5th, 2024.

Procurement unit











3 Job Positions at RwandAir Catering Ltd | Kigali: Deadline: 19-07-2024

0

Click on the job position of your choice for details & Apply











Quality Assurance, Occupational Health & Safety Officer at RwandAir Catering Ltd | Kigali: Deadline: 19-07-2024

0

JOB ADVERT

RwandAir Catering Ltd is a fast-growing In-flight Catering Company in Rwanda that started its operations from August 2014 and is providing catering services to scheduled airlines, private jet and charters. RwandAir Catering Ltd aims to be one of the biggest aviation catering companies in Africa in few years to come.

As part of this strategy, we are looking for interested, qualified, committed and competent candidate to apply for the position mentioned below.

Job TitleQuality Assurance, Occupational Health & Safety Officer

Reporting to: Quality Assurance Manager

Department: Quality Assurance

Job Purpose:

He/She will be responsible for ensuring that the overall food quality & safety, Occupational health & Safety objectives are attained throughout the company’s operations.

He/She will be responsible for ensuring a safe & health working environment through making sure that all employees put on the provided PPEs. He/she will be responsible for identifying health & safety hazards at work place, risk assessment & mitigation measures.


Main duties and Responsibilities.

  • Monitor and ensure that the Quality, Health and Safety of the production process is not compromised.
  • Report the major Health, Safety & Quality issues to the QA manager identified through Internal Audit System.
  • Develop policies & programs in as far as Health & Safety at work place is concerned.
  • Monitor all staff for compliance with Quality, Health & Safety standards and promote safe practices at work in the company.
  • Maintain accurate reports on Accidents & Injuries at the work place.
  • Conduct risk assessment & enforce preventive measures to minimize the identified risks.
  • Inspection of cleaning equipment & materials on a regular basis so as to know when they are worn out & request for replacement.
  • Conducting regular staff meetings to share best practice techniques.
  • Controlling & monitoring the application, dosage & the usage of cleaning chemicals so as to avoid or minimize health & safety hazards, wastes or misuse.
  • Maintaining compliance with all safety regulations both National & International.
  • Carry out any other duty assigned by the superior.


Education and Work experience:

  • University Degree in Food Science, Biotechnology, Biochemistry &/or Biochemical Engineering.
  • Relevant work experience: At least 3 years of working experience in a Food Processing Industry & Catering Industry mainly dealing with Health & safety related issues, Food Quality & Safety controls, Food Microbiology & Chemistry Analysts.
  • Being trained on Occupational Safety & Health with a certificate.
  • Trained on Food Safety & Quality Standards with a certificate


How to apply

If you meet all the above criteria, send in your:

  • Application letter addressed to Head of HR & Administration
  • Recent Curriculum Vitae, including three referees with their personal telephone contacts and E-mail addresses;
  • Notified Degree

at hr.admin@rwandaircatering.rwnot later than 19th July 2024, 05:00 pm.

Note: – Application letter, CV and other documents must be in English and must specify

the position you are applying; all documents must be signed and dated.

Only shortlisted candidates will be contacted.











Bakery and Pastry Assistant Chef at RwandAir Catering Ltd | Kigali: Deadline: 19-07-2024

0

JOB ADVERT

RwandAir Catering Ltd is a fast-growing In-flight Catering Company in Rwanda that started its operations from August 2014 and is providing catering services to scheduled airlines, private jet and charters. RwandAir Catering Ltd aims to be one of the biggest aviation catering companies in Africa in few years to come.

As part of this strategy, we are looking for interested, qualified, committed and competent candidate to apply for the position mentioned below.

Job TitleBakery and Pastry Assistant Chef

Reporting to: Bakery and Pastry Chef

Department: Production

Job Purpose:

A Bakery and Pastry Assistant specializes in creating a wide variety of baked items and desserts. These may include cakes, pies, pastries, cookies, bread, and other sweet treats. Bakery and Pastry assistants are skilled in the art of baking, which involves precise measurements, careful timing, and a deep understanding of ingredients and techniques. They use their creativity and expertise to develop recipes, select quality ingredients, and execute intricate designs to produce visually stunning and delicious desserts.

In addition to baking, pastry assistants often have expertise including techniques such as piping, sculpting, and decorating.


Main duties and Responsibilities.

  • Prepare a wide variety of items such as cakes, cookies, pies, bread etc. according to the set recipes by the Chef
  • Create new and exciting desserts to renew our menus and engage the interest of customers
  • Decorate pastries using different icings, toppings etc. to ensure the presentation will be beautiful and exciting
  • Monitor stocks for baking ingredients such as flour, sugar etc. and make appropriate orders within budget
  • Check quality of material and condition of equipment and devices used for cooking
  • Maintain a lean and orderly cooking station and adhere to health and safety standards
  • Carry out any other duty assigned by the superior.

Education and Work experience:

  • Diploma in Culinary Arts specializing either in Bakery and Pastry industry
  • Relevant Certificates
  • 3 Years of professional working experience in the same field and in a reputable organization


How to apply

If you meet all the above criteria, send in your:

  • Application letter addressed to Head of HR & Administration
  • Recent Curriculum Vitae, including three referees with their personal telephone contacts and E-mail addresses;
  • Notified Degree

at hr.admin@rwandaircatering.rwnot later than 19th July 2024, 05:00 pm.

Note: – Application letter, CV and other documents must be in English and must specify

the position you are applying; all documents must be signed and dated.

Only shortlisted candidates will be contacted.

Click here to visit the website source











Bakery and Pastry Chef at RwandAir Catering Ltd | Kigali :Deadline: 19-07-2024

0

JOB ADVERT

RwandAir Catering Ltd is a fast-growing In-flight Catering Company in Rwanda that started its operations from August 2014 and is providing catering services to scheduled airlines, private jet and charters. RwandAir Catering Ltd aims to be one of the biggest aviation catering companies in Africa in few years to come.

As part of this strategy, we are looking for interested, qualified, committed and competent candidate to apply for the position mentioned below.

Job TitleBakery and Pastry Chef

Reporting to: Executive Chef.

Department: Production

Position Summary:

As a Pastry and Bakery Chef, you are responsible for operating the pastry and bakery section of the kitchen while working closely with the Executive Chef. A Pastry and Bakery Chef will also be required to plan production and develop seasonal offerings.

Responsible to create high quality bakery and pastry dishes with the standard recipes and presentations in order to maintain quality standards and consistency of product. Also assist in production and maintenance of par stocks of pastry and dessert with proper rotation of products and maintain highest cleanliness and hygiene standard in the pastry and bakery section.


Main duties and Responsibilities.

  • Manage all day-to-day operations of the pastry and bakery section of the kitchen.
  • Prepare a wide variety of goods such as cakes, cookies, pies, bread, etc. following modern recipes.
  • Able to produce all bakedgoods including but not limited to artisan breads and rolls, muffins, laminated Danish, laminated croissants and doughnuts etc.
  • Able to develop, design, and create new ideas and items for Pastry and Bakery Kitchen.
  • Create new and exciting desserts to charter flights and other commercial flights.
  • Ensure excellent quality throughout the dessert offerings. Follows proper handling and right temperature of all food products.
  • Decorate pastries and desserts using different types of icings, toppings etc. and ensure the food presentation will be beautiful and exciting.
  • Supervise and coordinate all pastry and dessert preparation and presentation.
  • Checks the quality of raw and cooked food products to ensure that standards are met.
  • Monitor stocks for bakingingredients such as flour, sugar etc. and make appropriate orders within budget.
  • Check quality of material and condition of equipment and devices used for cooking.
  • Report all equipment problems and maintenance issues, known safetyhazards, or unsafe practices and procedures to the General Manager immediately.
  • Ensures compliance with all applicable laws and regulations.
  • Must possess a positive attitude and have the ability to work with a variety of people and in cooperation with co-workers efficiently and effectively
  • Perform other duties assigned by the supervisor


The Pastry and Bakery Chef must be able to:

  • Encourage and build mutual trust, respect, and cooperation among team members.
  • Serve as a role model to demonstrate appropriate behaviors.
  • Ensure compliance with food hygiene and Health and Safety standards.
  • Guide and motivate pastry assistants and bakers to work more efficiently.
  • Maintain a lean and orderly cooking station and adhere to health and safety standards.
  • Ensuring Culinary Standards and Responsibilities are Met for Pastry Team.

Prerequisites:

  • Good knowledge of different types of pastry, dessert, cake decorating.
  • Possess professional disposition with good communication and interpersonal skills.
  • Ability to work a variety of shifts including weekends, days, afternoons and evenings.
  • Positive attitude and good communication skills.
  • Understanding the food safety and quality practices
  • Ability to remain calm and focused in a fast-paced environment
  • Having hands-on skills is mandatory


Education:

University Degree from an accredited university in Culinary Arts majoring in Bakery and Pastry or a Diploma with 10 years and above of working experience in Bakery and Pastry.


How to apply

If you meet all the above criteria, send in your:

  • Application letter addressed to Head of HR & Administration
  • Recent Curriculum Vitae, including three referees with their personal telephone contacts and E-mail addresses;
  • Notified Degree

at hr.admin@rwandaircatering.rwnot later than 19th July 2024, 05:00 pm.

Note: – Application letter, CV and other documents must be in English and must specify

the position you are applying; all documents must be signed and dated.

– Only shortlisted candidates will be contacted.











Programs and Partnerships Manager at Paper Crown Rwanda | Kigali :Deadline: 17-07-2024

0

Recruitment Notice

Position: Programs and Partnerships Manager

Terms: LocalFull-time, 12-months contract with possibility of renewal based on funds and performance,

Report to: Executive Director

Expected start date: As soon as possible

We have to add about PCR

Paper Crown Rwanda (PCR) is a dynamic feminist non-profit organization based in Rwanda. Our mission is to empower youth to challenge and transform existing negative social and gender norms, cultivate and foster leadership, and drive sustainable social change. We envision a world where gender norms are fundamentally transformed and the voices of girls and women are valued equally alongside those of boys and men.


Summary of the role

The Programs and Partnerships Manager (PPM) role requires a deep understanding of feminist principles and overall expertise in program management and partnership development. It is a key role to support the organization reach its mission. Its involve overseeing program design, planning, execution, reporting and effectiveness. The position will support the Executive Director in managing project implementation, operations, project funds and strategic direction in advancing and advocating for gender equality. In the context PCR works in, to facilitate our right holders mostly youth and students this position will require flexibility to work weekend when needed.

Key roles and responsibilities

Program Management (40%):

  • In collaboration with the ED develop and implement program strategies that align with feminist principles and the organization’s mission to promote gender equality, girls and women’s rights
  • Lead the design, planning and implementation of all programs and projects and ensure they align with the organization’s mission, strategic objectives and they are with time and budget.
  • Design and implement monitoring and evaluation frameworks to assess the impact of programs and ensuring that programs and projects are monitored, evaluated, evidence-based.
  • Oversee engagement and create relationships with various program stakeholders including government, development partners, schools, and parents to guarantee smooth implementation of program activities and achievement of results.
  • Work closely with ED to manage program staff and contractors and prepare annual staffing needs, audits and staff capacity building plans.
  • Ensure compliance with regulations and requirements of donor organizations, including timely and quality reporting.
  • Prepare and manage program budgets, ensuring funds are allocated effectively to support feminist initiatives and collaborate with the Finance Officer and Project Coordinator to ensure effective management of project expenditures, financial oversight, budget execution plans and reports.


Gender Training and Field Implementation (40%):

  • Lead the development and review of learning models, training curriculum and manuals to be used by PCR, make sure they align with PCR feminist values and collaborate with the ED for board input and approval.
  • Prepare and facilitate training and workshops to be delivered by PCR
  • Oversee the quality and qualification of training facilitation with other trainers.
  • Ensure the collection and the analysis of M&E data.
  • Provide guidance and strategies to overcome challenges related to gender training and filed implementation.
  • Create partnership local partners and work with project coordinators to liaise with all partners including district and school leaders to access rights holders and secure safe and convenient venues in community.

Fundraising and Partnerships (20%):

  • Network, Identify and engage with potential partners, including feminist organizations, government agencies, international bodies, private sector entities, and community groups to seek out funding opportunities.
  • Collaborate with the Executive Director to write proposal for grant applications.
  • Manage public relations and communications activities to promote the organization’s feminist agenda and achievements.


Required Qualification and Experience and Skills:

  • Minimum of 3 years hands-on work experience in a similar role, including program management and gender training.
  • Bachelor’s Degree in development studies, gender studies, human right, Law, or related discipline; a Masters is an added advantage.
  • A feminist with significant experience in gender transformative training and programming.
  • Strong time management skills and effective prioritization of competing priorities.
  • Experience with conceiving, planning, and executing complex programs or projects with verifiable results and within predetermined budgets.
  • Strong leadership and communication skills and ability to guide employees toward achieving their goals.
  • Strong mentor, role model, and team player who demands the highest standards of ethics and performance from themselves and the entire team.
  • Excellent oral and written communication skills in Kinyarwanda and English.
  • Experience with grant writing and fundraising is an advantage.

To apply:

Qualified applicants must submit the following documents between 3rd July to 17th July 2024

Click here to visit the website source











General Cashier & Accounts Receivable at Mantis Kivu Marina Bay Hotel | Kigali : Deadline: 09-07-2024

0

Job Opportunity:

POSITION: GENRAL CASHIER & ACCOUNTS RECEIVABLE

DEPARTMENT: FINANCE & ACCOUNTING

REPORTS TO; FINANCE MANAGER

PRIMARY OBJECTIVE OF POSITION

To facilitate the day-to-day processing of all invoices by ensuring that necessary backup and approvals are obtained & ensure payment of all money due by processing incoming checks in accordance with hotel accounting and financial controls and within the policies and procedures as outlined in hotel and corporate policies and guidelines, and the hotel’s business plan.

Major responsibilities for Accounts Receivable include:

  • Ensures transfers from guest ledger to city ledger are accurate and done in a timely fashion.
  • Performs timely mailing of statements to guests with recent activity in the hotel attaching pertinent back-up.
  • Attaches copies of folios, food and beverage guest checks, and miscellaneous vouchers if necessary.
  • Posts payments received to aging and reconciles these payments to open invoices.
  • Balances accounts receivable system to the general ledger on a routine basis.
  • Balances and adjusts all house accounts weekly.
  • Research declined bank cards and other credit card charge backs for justification and validity
  • Makes all necessary adjustments or credits.
  • Assists in the preparation of month end reconciliation and in the final monthly closing of the accounts receivable system.
  • Prepares reports as requested to develop a more informative database for improved management. decision making and critical evaluation of work activities.
  • Prepares all appropriate period closing reports and entries.

Major responsibilities for General Cashier include:

  • Ensures that all Cashiers perform duties in accordance with hotel policy.
  • Ensures all financial transactions are recorded with accepted accounting principles and established accounting policies and procedures.
  • Trains outlet cashiers in cash handling requirements and procedures.
  • Attends staff and training sessions as required by the Finance Manager.
  • Provide all cashiers with daily change as required for long weekends and special occasions.
  • Reports financial irregularities to Finance Manager.
  • Supervises hotel house banking and counts of daily bulk float, denomination exchanges, cash receipts and credit card vouchers.
  • Confirms daily cash receipts match Cashier system reports investigating any variances.
  • Maintains minimal but sufficient petty cash.
  • Prepares Daily Banking Report.
  • Prepares Petty Cash Report.
  • Receives and deposits all cash and checks received.
  • Maintains current information regarding currency exchange rates and advises the Front Office daily current rates.
  • Conducts surprise float reviews and investigates any variances.

Qualifications: Education/Knowledge/Technical Skills and Experience

The following knowledge, skills and abilities may be acquired through a combination of formal schooling, self-education, prior experience or on-the-job training.

Minimum qualifications and experience required

  • Degree Finance, Accounting, Business Management or related Management degree.
  • Minimum 3 years’ experience as a bank teller or in cashiering position.
  • Previous experience as a recovery officer.
  • Previous Experience in a Hospitalist industry.

Technical Skills & Abilities

  • Excellent communication and interpersonal skills with a confident and outgoing personality and an ability to interact with people at all levels.
  • Ability to take initiative and resolve queries in a practical and positive manner.
  • Passion for delivering exceptional guest service.
  • Courteous and pleasant attitude towards guests and colleagues.
  • Ability to work as part of a team.
  • Extra attention to detail.
  • Ability to work under pressure and juggle competing priorities in a busy, fast paced and challenging environment with minimum supervision.
  • Positive and flexible approach to work with good leadership skills.

Required Documents:

  • Application letter
  • Copies of academic qualification.
  • Updated curriculum vitae.
  • Copy of National ID.

To apply for this exciting and rewarding opportunity, please forward your resume addressed to Human Resource Manager, via email only on hr@mantiskmb.com not later than 09th July 2024.

Only shortlisted candidates shall be contacted.

By sending in your application, you consent to Kivu Marina Bay Hotel running a background check on your record.

Click here to visit the website source

 

4 Job positions at BNR: Deadline: Jul 5, 2024

0

Kanda kumwanya wifuza kudepozaho ubone amakuru yawo yose:

Senior Officer, Help Desk Operation at BNR: Deadline: Jul 5, 2024

Analyst, Policy and development at BNR : Deadline: Jul 5, 2024

Officer, IT Support at BNR :Deadline : Jul 5, 2024

Manager, Corporate Communications at BNR: Deadline: Jul 5, 2024











Imyanya 21 ya Midwife muri Central University Hospital Of Kigali ( CHUK) :Under Statute :Deadline: Jul 5, 2024

0

Job responsibilities

1. Receive mother in the appropriate place with empathy 2. Assess and evaluate individual health conditions of the mother 3. Care mother in case of emergency and carry out screening tests 4. Collaborate with physician to develop plan of care 5. Teach student midwives 6. Identify and educate the women on the signs which indicate the progress of labour 7. Provide information about pain relief, birth positions and delivery options to facilitate informed choices 8. Assess foetal and maternal well-being in all stages of labour 9. Identifies the signs and symptoms of complicated labour and post-partum complication 10. Ensure the safety of both mother and newborn during and after childbirth 11. Help parents to cope with miscarriage, termination of pregnancy , stillbirth 12. Provide psychosocial support and reassurance to the couple d their relatives 13. Collaborate with physician for the follow-up of the mother 14. Document all activities carried out in mothers file 15. Educates the woman about discomforts of the puerperium and advises on strategies to relieve them 16. Handover, evaluate the condition of the patients in collaboration with anesthesia team 17. Transport any specimens that require diagnostic testing to the laboratory facilities 18. Perform other work-related duties as assigned 19.Contribute to the Hospital environmental Hygiene 20. Participating in Quality assurance and Quality improvement of the Hospital



Qualifications
  • 1

    Advanced diploma (A1) in Midwifery Sciences with maximum 5 years of relevant experience at hospital level

    5 Years of relevant experience

Required certificates
    • 1
      Valid License to practice issued professional council in Rwanda

  • 2
    License certificate of the National Council for Nurses and Midwifery


Required competencies and key technical skills

    • 1
      Strong critical thinking skills and excellent problem solving skills.

    • 2
      Professionalism

    • 3
      Verbal and written communication skills

    • 4
      Good interpersonal communication skills and ability to work with others under pressure and solve problems

    • 5
      • Excellent team work, communication and interpersonal skills;

    • 6
      High level of integrity and professional ethics;

    • 7
      Registration certificate and valid license to practice midwifery in Rwanda issued by the professional council

    • 8
      Ability to work effectively as part of a multidisciplinary team in a fast paced environment

    • 9.Efficiency of health and safety standards and requirements

  • 10.Excellent interpersonal skills










Ubutumwa bugenewe abayobozi b’ibigo by’amashuri bwo kuwa 04/07/2024

0

Ubutumwa bugenewe abayobozi b’ibigo by’amashuri bwo kuwa 04/07/2024 bwanyujijwe kurukuta rwa X rwa REB

Image

Kanda hano usome ubu butumwa kurukuta rwa X rwa REB











Request for Expression of Interest – Water Purification Plant at International Organization for Migration (IOM) | Kigali :Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.

Description

Water Purification Plant

UNSPSC code(s)

47101514

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – VSAT Equipment and Accessories at International Organization for Migration (IOM) | Kigali: Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.

Description

VSAT Equipment and accessories

UNSPSC code(s)

43221700

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Catering Service at International Organization for Migration (IOM) | Kigali :Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Catering Service

UNSPSC code(s)

90101600

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Vehicle Wash at IOM | Kigali: Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Vehicle Wash

UNSPSC code(s)

76111800

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Office Stationaries at International Organization for Migration (IOM) | Kigali :Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Office Stationaries

UNSPSC code(s)

52150000

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Solar Streetlights and Solar Power System at International Organization for Migration (IOM) | Kigali : Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Solar streetlights and solar power system

UNSPSC code(s)

26131507

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Security Items at International Organization for Migration (IOM) | Kigali :Deadline:08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Security items: CCTV Camera System, Fire Alarm, Fire Extinguishers, Metal detectors and Access control

UNSPSC code(s)

46171600

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Printing at International Organization for Migration (IOM) | Kigali :Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Printing (digital, screen press, promotional, publication)

UNSPSC code(s)

82121500

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Office Furniture at International Organization for Migration (IOM) | Kigali: Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Office Furniture (Tables, chairs, cabinets, open racks)

UNSPSC code(s)

56101500

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Networking Equipment and Accessories International at Organization for Migration (IOM) | Kigali : Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Networking equipment and accessories

UNSPSC code(s)

43220000

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – Kitchen Utensils, Plates, Bowls, Spoons, Spatulas, Scoops, Cups at International Organization for Migration (IOM) | Kigali : Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

Kitchen utensils, plates, bowls, spoons, spatulas, scoops, cups

UNSPSC code(s)

52150000

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Request for Expression of Interest – IT Equipment and Accessories at International Organization for Migration (IOM) | Kigali :Deadline: 08-07-2024

0

REQUEST FOR EXPRESSION OF INTEREST (REOI)

REOI Reference: REOI/RW10-009-2024

Date: 02 July 2024

The International Organization for Migration (IOM) in Rwanda invites interested and eligible vendors to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify vendors that wish to participate in a forthcoming solicitation process.


Description

IT equipment and accessories

UNSPSC code(s)

43210000

Deadline for the Submission of EOI

8 July 2024, 5:00PM (Kigali, Rwanda)

If any doubt exists as to the time zone, refer to http://www.timeanddate.com/worldclock/.

Content of EOI

The EOI should include the following information:

  1. Brief presentation of company (profile) including number of staff,
  2. turnover,
  3. years in business (preferable 5 years or more),
  4. experience in working with UN Agency will be an advantage.
  • Business Registration/ VAT registration certificate
  • Reference list demonstrating qualifications for participating in this upcoming bidding process
  • Contact information: full name and address, country, telephone number, e-mail address, website and contact person.

Note: Prices are not required at this stage.

Method of Submission

Expressions of interest shall be sent by email as follows:

Email address: IOMRwandaEOI@iom.int

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 8 MB
  • Mandatory subject of email: for the provision of purchase of Water Purification Plant
  • Multiple emails must be clearly identified by indicating in the subject line “email no. X of Y”, and the final “email no. Y of Y.
  • You should receive an email acknowledging receipt.

Contact Person for

correspondence and clarifications

Mrs Sujeena Tuladhar, Supply Chain Officer

E-mail address: IOMRwandaEOI@iom.int

REOI Conditions

This Request for Expression of Interest does not constitute a solicitation. IOM Rwanda reserves the right to change or cancel the requirement at any time during the EOI and/or subsequent solicitation process. IOM Rwanda also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting an EOI does not automatically guarantee receipt of the solicitation documents when issued. Invitations to bid or requests for proposals and any subsequent purchase order or contract will be issued in accordance with the rules and procedures of IOM Rwanda.

Issued by: Sujeena Tuladhar Supply Chain Officer











Imyanya 18 y`akazi muri MINEMA ( muturere dutandukanye) :Deadline: Jul 4, 2024

0

Kanda kumwanya wifuza kudepozaho urebe amakuru yawo yose:











AKAZI

Human Resource officer at CHUB : Deadline :May 5, 2026

Job responsibilities 1. Organization of Staff recruitment: -Prepare CHUB recruitment plan and monitor its implementation. -Provide advice and assistance to supervisors on staff recruitment. -Prepare notices and advertisements for vacant staff positions. -Schedule and organize...

2 Jobs of Business Branch Managers at RATWA SACCO HUYE | Huye...

Huye, 23rd April, 2026 Subject: JOB ANNOUNCEMENT The Management of RATWA SACCO HUYE informs the public that it is recruiting people to apply for available job positions. Applicants interested in these positions and who meets the required qualifications are...

IMYANYA 96 Y`AKAZI KO KURINDA PARIKI MURI RDB: DEADLINE:2 Gicurasi 2026,

Urwego rushinzwe iterambere mu Rwanda (RDB) rurifuza guha abanyarwanda 96 babyifuza kandi babifitiye ubushobozi akazi ko kurinda pariki y'Akagera, Nyungwe, Gishwati-Mukura ndetse n'apariki y'ibirunga. Kanda hano usome itangazo ryose (Kiny)   Kanda hano usome itangazo ryose (Eng)

4 Positions of Program Assistant, Neonatal Nurse at Clinton Health Access Initiative- Rwanda (CHAI)...

CHAI RWANDA VACANCY ANNOUNCEMENT TITLE: Program Assistant, Neonatal Nurse Program: Sexual, Reproductive, Maternal, Newborn, and Child Health (SRMNCH) Job Location: Rwanda (Embedded within high-burden District Hospitals and their catchment areas) Type: Full-Time Start date: May 2026 Number of Positions: 4 ...

4 Positions of Program Assistant, Midwife at Clinton Health Access Initiative- Rwanda (CHAI) |...

CHAI RWANDA VACANCY ANNOUNCEMENT TITLE: Program Assistant, Midwife Program: Sexual, Reproductive, Maternal, and Neonatal Health (SRMNH) Job Location: Rwanda - District Hospitals (and their catchment areas) Type: Full-Time Start date: May 2026 Number of Positions: 4 Organization Overview The Clinton Health Access Initiative, Inc. (CHAI) is a global...