Kanda hano ukurikire ikiganiro na Nyakubahwa Perezida wa Repuburika Paul KAGAME: 01/04/2024
Kanda kumwanya wifuza kudepozaho urebe amakuru yawo yose:
|
Project/Activity Name |
Heifer International Rwanda |
|
Agresso Work order: |
RW1338 |
|
Country: |
Rwanda |
Advertisement for Procurement
Request for Proposal (RFP)
Consultancy to Conduct the PRISM Project Mid-Term Evaluation Study.
Heifer Project International (HPI) is a global non-profit working to end hunger and poverty and care for the earth by using sustainable practices and engaging smallholder farmers in agricultural and animal husbandry development. Heifer was founded on the simple belief that ending hunger begins with giving people the means to feed themselves, generate income and achieve sustainable livelihoods. As a private, non-governmental organization based in Little Rock, Arkansas, HPI has created lasting change for farming households in over 125 countries across Latin America, Africa, Asia, and Eastern Europe for over 80 years. HPI partner with institutions and stakeholders at every level to build an ecosystem that fosters scaling of community-based enterprises and generate sustainable and equitable return to the producers and small holder farmers. More information about Heifer is available at: www.heifer.org.
Heifer International has long been recognized for its drive to end hunger, poverty, and care for the Earth. Heifer’s Values-Based Holistic Community Development (VBHCD) model, with its 12 pillars for Just and sustainable development, is the foundation of her work. With this strong foundation, Heifer focuses her pro-poor work by creating wealth through viable value chains that harness the social capital of communities to drive market development.
Passing on the Gift is the hallmark of Heifer International VBHCD approach. The approach is centered on the premise that each farming family receiving an animal gift from Heifer should pass on the first female offspring from that gift to another family in need. Since its creation in 1944, Heifer Project International has assisted 42.8 million households of whom 1.4 million households are from Rwanda.
Purpose and Objective
Heifer International Rwanda seeks the services of a consulting firm to conduct the PRISM project mid-term evaluation study.
How to Apply
Detailed terms of reference can be accessed here:
All registered and interested companies are requested to submit their proposals, marked with clear subject line: “Consultancy to Conduct The PRISM Project Mid-Term Evaluation Study” to procurement-rw@heifer.org not later than April 12, 2024, at 5.00pm Kigali time.
Done on March 27th, 2024.
Heifer International Rwanda Management
HIRING CONSULTANT COMPANY FOR TECHNICAL EDITING, TRANSLATION &VERIFICATION SERVICES
The University of Global Health Equity (UGHE) mission is to radically change the way health care is delivered around the world by training generations of global health professionals who strive to deliver more equitable, quality health services for all. University of Global Health Equity (UGHE) is committed to advancing the delivery of global health education by making our programs accessible to a broader audience. As part of this commitment, UGHE seeks to translate its documents including various curriculums to different languages. This initiative aims to expand our reach to different-speaking students and professionals, enhancing access to quality health education and contributing to global health equity.
It is in this regard that University of Global Health Equity (UGHE) invites eligible and qualified service providers for the provision of Technical Translation, Verification, and Editing Services.
The detailed terms of references in English may be obtained by sending in your request on the following emails: eniyitegeka@ughe.org gngwenderi@ughe.org, dkayigamba@ughe.org.
Proposals should be submitted not later than 12th April 2024 to the following address: eniyitegeka@ughe.org gngwenderi@ughe.org , dkayigamba@ughe.org and Subject line: Proposal for UGHE TECHNICAL TRANSLATOR
It shall remain the responsibility of the consultant to ensure that your expression of interest will reach the address above at or before the deadline. Kindly ensure that they are signed, in PDF format, and free from any viruses or corrupted files.
Sincerely,
Dr. Shivon Byamukama
Chief Operating Officer (COO)
University of Global Health Equity
Tender No: 014/IC/NCB/2023-2024/BDF
Terms of Reference for the recruitment of the Individual Consultant to carry out an impact assessment to BDF Ltd
I. Introduction
The Business Development Fund (BDF) Ltd was established in 2011 with the objective to support Micro, Small and Medium Enterprises (MSMEs) to access formal credit. Since 31 December 2014, BDF became a public limited company, with the Government of Rwanda (GoR) and Development Bank of Rwanda (BRD) owning 55% and 45% of shares, respectively. BDF provides financial products including credit guarantees, grants, SACCO refinancing, leasing, and quasi equity. To complement these financial products, BDF also offers business advisory services to MSMEs through trainings, business planning and post-finance advisory services.
BDF has just hit its 13 years in operation in support of MSMEs to start, grow and succeed through provision of the aforementioned financial and non-financial products. BDF has developed a new strategic plan spanning 2023-2027. This strategic plan is already in its early stages of implementation, and it is a rolling strategic plan which will be subject to review and readjustment every year. With clarity in its strategic orientation over the next five years, BDF will carry out mid-term and endline performance evaluation and impact assessment after 2.5 years and 5 years of strategy implementation. The current exercise will focus on assessing the impact that BDF has made to date since its inception. This exercise will involve reconstruction of the baseline data that will also be used as points of reference in the future assessments.
II. Objectives and Scope of Work
The main aim of the assignment is to analyze the contribution of BDF interventions in improving MSME access to finance and the impacts made on the social and economic well-being of the beneficiaries.
II.1. Objectives of the assignment
Objectives of the assignment are summarized:
II.2. Scope of the assignment
Note that, BDF products and services are open to every Rwandan from any geographical location in Rwanda. Units of enquiry for this exercise will be selected from existing database of BDF clients and other stakeholders. The assessment will be conducted along all BDF products; namely, Guarantees, SACCO refinancing, agribusiness, leasing, grants, etc… More specifically, the scope of the assignment revolves around providing answers to the questions that would lead to achieving the assignment objectives. The following will be focused on:
III. Profile and requirements
The Impact Assessment shall be conducted by an individual consultant who should have the following requirements;
a. Academic Qualifications and technical skills
b. Experience
c. Enabling Skills and capabilities
d. Expected outputs and deliverables for the assignment:
|
No. |
Action |
Timeline |
|
1 |
An inception report with detailed methodology, timeline and work plan; |
10 days after commencing assignment |
|
2 |
Draft Report |
30 days after approval of inception report |
|
3 |
Final report |
20 days after submission of draft report |
V. Methodology
The assessment methodology will include:
VI. Management arrangements:
VII. Duration of the assignment
VIII. Criteria for technical evaluation are:
|
No |
Criteria |
Max Score (%) |
|
I |
Minimum Qualification and Experience: |
50 |
|
1 |
At least a Master’s degree in business administration, economics, agribusiness or any other related field |
15 |
|
3 |
Proven experience of at least 5 years in the field of consultancy. |
15 |
|
4 |
Proof of at least 3 similar assignments in conducting baseline survey and impact assessment for development programs, specifically SME financing programs (to be proven by certificates of successful completion) |
20 |
|
II |
Quality of Methodology and Work plan |
40 |
|
1 |
Technical approach and methodology |
30 |
|
2 |
Work plan |
10 |
|
III. |
Presentation of the methodology |
10 |
|
|
Total |
100 |
IX. Submission requirements
Proposal submissions are to include the following:
The technical proposal shall not exceed 20 pages in length with the proposed approach and activities to be taken for the implementation and management of the assignment, including an operational work plan with timelines.
The Financial proposal with Breakdown of costs with man days (here the consultant may hire additional staff in order to perform the assignment, but that staff will not be mentioned in his/her technical and financial proposals)
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
JOB VACANCY
Rwanda Revenue Authority is seeking to recruit self-motivated, qualified person of high integrity to fill the post of,REGIONAL INTERNATIONAL TAXATION AND TRANSFER PRICING EXPERT (1 POSITION)
1. BACKGROUND INFORMATION
Rwanda Revenue Authority (RRA) is a government institution under the Ministry of Finance and Economic Planning (MINECOFIN). RRA was established in the year 1998 with the responsibility of mobilizing revenues for economic development through efficient and equitable services that promote business growth. RRA has embarked on different reform programs with financial support from Government and Development Partners (DPs). Reforms carried out by RRA are generally focused on strengthening the institutional framework in order to improve revenue collection so as to meet government financial needs.
Recently, the issue of International Taxation and Transfer Pricing (TP) has been receiving more attention from authorities in both developed and developing countries, amid growing criticism of multinational companies’ alleged overly aggressive transfer pricing activity, which has been highlighted as a factor in the continued loss making reported by a large number of foreign invested companies over consecutive years. Rwanda is among a number of countries that face a potential loss of corporate income tax revenue due to transactions between related parties being set at noncommercial conditions (including prices). The RRA intends to strengthen the implementation of TP regulations in Rwanda and to clamp down future corporate tax avoidance cases.
2. GENERAL AND SPECIFIC OBJECTIVES OF THE ASSIGNMENT
2.1 General objective
The overall objective of the assignment is to assist the RRA to counter cross-border tax avoidance and collect the appropriate amount of taxes from multinational enterprises conducting cross-border transactions, while minimising the risk of double taxation and thereby encouraging inward investment.
2.2 Specific objective(s)
The purpose of the assignment is to strengthen the human capacity of the RRA staff especially
International Taxation Unit (ITU) staff while sharing with them the regional practical expertise and experience to better define transfer pricing policy, develop appropriate legislation and to effectively implement and enforce transfer pricing rules in Rwanda and conduct TP risk profiling and audits.
3. DESCRIPTION OF THE ASSIGNEMENT
3.1. Requested service
The services to be provided by the expert include but not limited to the following:
• To provide onsite strategic policy advice and assistance to RRA management and officials on specific issues relating to transfer pricing, as requested and in collaboration with the Strategic Advisor.
• To provide guidance on the interpretation and application of regional and international best practice measures to counter base erosion and profit shifting schemes of related parties on cross border transactions.
• To provide mentoring and coaching to TP auditors within the RRA in order to facilitate the
successfully conclusion of ongoing and planned TP audit cases.
• To provide training, in close collaboration with the Strategic Advisor and relevant development partners, to a pool of transfer pricing specialists within RRA who will be able to work on the formulation of future transfer pricing policy and legislation and provide specific technical advice to government.
• To develop a tailored medium-term and long-term training and capacity building plan on transfer pricing for RRA staff in collaboration with the Strategic Advisor, ATAF, the OECD and other development partners.
3.2. Required outputs
• A detailed work plan for the assignment. The plan should include but not be limited to proposed coaching, mentoring and training activities with a focus on and taking into consideration the international taxation challenges within the region.
• Training materials prepared, with an emphasis on regional and international good practice (OECD Guidelines) in countering cross-border tax avoidance;
• Delivery, in collaboration with the Strategic Advisor and relevant development partners, of training and capacity building events for RRA staff at periodic intervals;
• A mid-term and long-term training plan on transfer pricing in Rwanda for the RRA, taking due consideration of ongoing and planned development partner interventions;
• Quarterly reports on the capacity building activities being provided to RRA staff, including
analysis of feedback from the participants and performance assessment;
• A final report on the activities undertaken during the assignment. This report should include an analysis and measurement of improved capacity and impact of the training activities and provide recommendations for addressing further capacity building needs.
4. Required qualifications skills and competences;
The interested expert should possess the qualifications here mentioned below;
✓ Master’s degree or higher in economics, accounting, law or relevant fields (in its absence
equivalent qualifications and professional experience will be considered.
✓ At least 8 years’ experience in a tax administration, preferably in Africa;
Highly experienced in working on issues relating to transfer pricing, particularly TP risk
profiling and audits, implementation of public sector capacity building projects with specific
emphasis on building transfer pricing capacity preferably within tax administrations.
✓ Expertise in international transfer pricing policy and legislation, with knowledge of
experiences and good practice (notably OECD Guidelines) in countering cross-border tax
avoidance in developing and transition countries, preferably in Africa;
✓ Experienced in capacity assessments and identification of training needs within public
administration, particularly tax administrations;
✓ Experienced in the design and delivery of capacity building activities and training courses on
issues relating to transfer pricing (both policy level and operational level)
✓ East Africa experience would be considered a distinct asset
✓ Proven working experience under the tax inspectors without borders would be an added
advantage
✓ Experience for having involved in Mutual Agreement Procedures of TP cases as well as in
exchange of information
✓ Strong writing skills including drafting of policy and legal documents
✓ Strong knowledge in using TP benchmark analysis databases
✓ An excellent command of both oral and written English, French would be an added advantage
HOW TO APPLY:
Interested candidates should submit below application documents in PDF format to
recruitment@rra.gov.rw : Curriculum Vitae, a copy of the Identity Card/ Passport and a copy of Degree Certificate as per the required qualification not later than April 9th 2024.
Note that:
✓ The assignment will last for a period of thirty-six (36) months on full time basis. The
assignment contract shall be signed for a period of one year (12 months) renewable.
Done at Kigali on 28/03/2024.
Click here for more details & Apply
5 Job positions of Executive Secretary at Kirehe District Under Statute :Deadline: Apr 2, 2024
Secretary and Customer care Officer at Huye District Under Statute :Deadline: Apr 2, 2024
Director of OSC and Land Notary at Huye District Under Statute : Deadline :Apr 2, 2024
Secretary and Customer care Officer at Huye District Under Statute :Deadline: Apr 2, 2024
TENDER NOTICE 021/S/NCB/2023-2024/BDF
TITLE: ANNUAL FRAMEWORK TENDER FOR PROVISION OF CAR WASH SERVICES FOR BDF VEHICLES
CLIENT: BUSINESS DEVELOPMENT FUND (BDF)
The Business Development Fund (BDF) hereby invites sealed bids from eligible bidders specialized in that area to submit their offers for the Annual framework tender for Provision of car wash services for BDF Vehicles Participation is open on equal conditions to all companies or enterprises specialized in the field. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with presentation of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK);
All bids “shall” be accompanied by a “declaration of commitment” which will stand in place of bid security.
Enquiries regarding this tender may be addressed to the BDF Head Office/ M. PEACE PLAZA, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 2 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend at the BDF Procurement unit on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
TENDER NOTICE N°020/S/NCB/2023-2024/BDF
TITLE: ANNUAL FRAMEWORK TENDER FOR PROVISION OF CLEANING SERVICES FOR BDF AND IT BRANCHES
CLIENT: BUSINESS DEVELOPMENT FUND (BDF)
The Business Development Fund (BDF) hereby invites sealed bids from eligible bidders specialized in that area to submit their offers for the Annual framework tender for provision of Cleaning services for BDF and it Branches. Participation is open on equal conditions to all companies or enterprises specialized in the field. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
The tender is composed of five lots:
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with presentation of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK);
All bids “shall” be accompanied by a “Bid Security” of 500,000Frw (five Hundred thousand Rwandan Francs) from commercial banks. The bid security shall be valid until thirty days after the bid validity period.
A Compulsory site visits will be conducted as follows:
The bids shall remain valid for a period of 120 days starting from the submission deadline above mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ YOUSSA CITY CENTER, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 2 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 25/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend at the BDF Procurement unit on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website soure
TENDER NOTICE N°022/S/NCB/2023-2024/BDF
TITLE: PROVISION OF CODIFICATION SERVICES
The Business Development Fund (BDF) hereby invites you to submit your offers for the Provision of codification services. Participation is open on equal conditions to all companies. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with attachment of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK);
All bids “shall” be accompanied by a “Commitment letter”.
The bids shall remain valid for a period of 120 days starting from the submission deadline below mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ YOUSSA CITY CENTER, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend in BDF Board room on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
TENDER NOTICE N°013/S/NCB/2023-2024/BDF
TITLE: PROVISION OF BDF COURIERS TRANSPORT SERVICES
The Business Development Fund (BDF) hereby invites you to submit your offers for the Provision of BDF courier transport services Participation is open on equal conditions to all companies. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with attachment of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK).
All bids “shall” be accompanied by a “Commitment letter”.
The bids shall remain valid for a period of 120 days starting from the submission deadline below mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ M. PEACE PLAZA, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend in BDF Board room on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
TENDER NOTICE N°018/G/NCB/2023-2024/BDF
TITLE: SUPPLY AND INSTALLATION OF CURTAINS AT BDF HQ AND BRANCHES
The Business Development Fund (BDF) hereby invites you to submit your offers for the SUPPLY AND INSTALLATION OF CURTAINS AT BDF HQ AND BRANCHES . Participation is open on equal conditions to all companies. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with attachment of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK).
All bids “shall” be accompanied by a “Bid Security” of 1,000,000 Frw (One million Rwandan Francs) from commercial banks. The bid security shall be valid until thirty days after the bid validity period.
The bids shall remain valid for a period of 120 days starting from the submission deadline below mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ YOUSSA CENTER, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend in BDF Board Room on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
TENDER NOTICE N°016/G/NCB/2023-2024/BDF
TITLE: SUPPLY OF FUEL FOR BDF
The Business Development Fund (BDF) hereby invites you to submit your offers for the supply of fuel for BDF. Participation is open on equal conditions to all companies. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with attachment of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK).
All bids “shall” be accompanied by a “Bid Security” of 500,000 Frw (Five Hundred Thousand Rwandan Francs) from commercial banks. The bid security shall be valid until thirty days after the bid validity period.
The bids shall remain valid for a period of 120 days starting from the submission deadline below mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ YOUSSA CENTER, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend in BDF Board Room on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
TENDER NOTICE N°019/G/NCB/2023-2024/BDF
TITLE: SUPPLY AND INSTALLATION OF LIGHTNING
The Business Development Fund (BDF) hereby invites you to submit your offers for the SUPPLY AND INSTALLATION OF LIGHTNING. Participation is open on equal conditions to all companies. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with attachment of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK).
All bids “shall” be accompanied by a “Bid Security” of 1,000,000 Frw (One million Rwandan Francs) from commercial banks or financial institutions. The bid security shall be valid until thirty days after the bid validity period.
The bids shall remain valid for a period of 120 days starting from the submission deadline below mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ YOUSSA CITY CENTER, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend in BDF Board Room on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
TENDER NOTICE N°023/S/NCB/2023-2024/BDF
TITLE: PROVISION OF PAPERLESS MANAGEMENT SYSTEM
The Business Development Fund (BDF) hereby invites you to submit your offers for the PROVISION OF PAPERLESS MANAGEMENT SYSTEM. Participation is open on equal conditions to all companies. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with attachment of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK);
All bids “shall” be accompanied by a bid security of Frw 1,000,000 from recognized commercial banks (valid for 150 days after opening date)
The bids shall remain valid for a period of 120 days starting from the submission deadline below mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ YOUSSA CITY CENTER, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04/2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend in BDF Board room on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
TENDER NOTICE N°016/G/NCB/2023-2024/BDF
TITLE: SUPPLY AND INSTALLATION OF VARIOUS LICENSES
The Business Development Fund (BDF) hereby invites you to submit your offers for the supply and installation of various licenses. Participation is open on equal conditions to all companies. The companies must be registered with the Trade Register of the Republic of Rwanda and should not be on the blacklist recorded in Rwanda Public Procurement Authority (RPPA).
Tender Document may be obtained by lodging a request to “procurementbdf@bdf.rw” with attachment of a prepaid bank slip of a non-refundable fee of Ten Thousand Rwanda francs (10,000 Frw) deposited to the account N° 040-0335373-77 of BRD DEVELOPMENT FUND (BDF) opened at Bank of Kigali (BK).
All bids “shall” be accompanied by a “Bid Security” of 1,500,000 Frw (One Million Five Hiundred Thousand Rwandan Francs) from commercial banks. The bid security shall be valid until thirty days after the bid validity period.
The bids shall remain valid for a period of 120 days starting from the submission deadline below mentioned.
Enquiries regarding this tender may be addressed to the BDF Head Office/ YOUSSA CENTER, 5th Floor (Central Town) or to the e-mail: procurementbdf@bdf.rw.
Well-presented bids, properly bound in sealed envelopes and presented in 3 copies, one original and its copies, with the title reference and reference number of the tender you are bidding for, must reach the BDF Head Office/ Reception at the above mentioned address not later than 18/04//2024, at 3:00 pm local time. Late bids will be rejected.
Bids will be opened in the presence of bidders or their representatives who choose to attend in BDF Board Room on the same day at 3:30 pm local time.
(Se)
Vincent MUNYESHYAKA
Chief Executive Officer
Click here to visit the website source
ORGANIZATIONAL BACKGROUND
JALI Transport Limited (JTL) is a subsidiary of JALI Investment Limited. Jali Transport ltd was created to provide immediate and long term solutions to transportation needs in City of Kigali and the rest of Rwanda.
Vision: To be the most reliable professional transport services provider in Rwanda
Mission: To provide sustainable and most efficient transport services in Rwanda
JTL’s primary objective is to improve travel conditions for public transport users in Rwanda and more enjoyable on-board environment for the passengers.
To make our mission and vision a reality, Jali Transport ltd wishes to recruit qualified, experienced, talented, capable, and dedicated employees to fill the following position.
Position: Fleet officers (8)
Reports to: Director of Transport Operations
Job Descriptions of Fleet officers
Qualifications and experience
Application procedure
Innocent TWAHIRWA
Managing Director
ORGANIZATIONAL BACKGROUND
JALI Transport Limited (JTL) is a subsidiary of JALI Investment Limited. Jali Transport ltd was created to provide immediate and long term solutions to transportation needs in City of Kigali and the rest of Rwanda.
Vision: To be the most reliable professional transport services provider in Rwanda
Mission: To provide sustainable and most efficient transport services in Rwanda
JTL’s primary objective is to improve travel conditions for public transport users in Rwanda and more enjoyable on-board environment for the passengers.
To make our mission and vision a reality, Jali Transport ltd wishes to recruit qualified, experienced, talented, capable, and dedicated employees to fill the following position
Director of Transport Operations (1)
The main role of Director of Transport Operations is to direct and spearhead transport operations activities in his or her area of control.
Reports to: Managing Director
The following are responsibilities;
Qualifications and Experience
Desirable attributes & Skills
Application procedure
Innocent TWAHIRWA
Managing Director
KABINYUJIJE KURUBUGA RWAKO UBUYOBOZI BW’AKARERE KA GAKENKE BWAMENYESHEJE ABANTU BOSE BATSINZE IKIZAMINI CYANDITSE CY’AKAZI KU MYANYA ITANDUKANYE KO IKIZAMINI CY’IKIGANIRO (INTERVIEW) KIZAKORWA UHEREYE KU WA GATATU TARIKI YA 03/04/2024 KUGEZA KU WA KANE TARIKI YA 04/04/2024

KANDA HANO UREBE IYI GAHUNDA KURUBUGA RW’AKARERE
KABICISHIJE KURUBUGA RWAKO, AKARERE KA RUSIZI KASHYIZE AHAGARAGARA URUTONDE RW’ABEMEREWE N’ABATAREMEREWE (Shortlist) GUKORA IKIZAMINI MURI DASSO MURI AKO KARERE.
Bubicishije kurubuga rw’Akarere,ubuyobozi bw’Akarere ka NYAMASHEKE abakandida basabye akazi kumwanya wa DASSO muri ako Karere ko habayeho impinduka kubizamini bizakorwa,aho hagombaga gukorwa ikizamini cyo muburyo bw’ikiganiro (Oral exam)gusa. Kubera izo mpinduka hakaba hazabanza gukorwa ikizamini cyo kwandika (Written exam) kuburyo bwatanzwe muri iri tangazo:
Soma itangazo rikurikkira urebe gahunda yose:

Kanda hano usome iri tangazo kurubuga rw’Akarere
KABICISHIJE KURUBUGA RWAKO, AKARERE KA NYAMASHEKE KASHYIZE AHAGARAGARA URUTONDE RW’ABEMEREWE GUKORA IKIZAMINI MURI DASSO MUKARERE KA NYAMASHEKE
Bubicishije kurubuga rw’Akarere,ubuyobozi bw’Akarere ka Nyanza bwamenyesheje abasabye akazi kumyanya itandukanye ivugwa mu itangazo rikurikira ko habayeho impinduka kubizamini bizakorwa,aho hagombaga gukorwa ikizamini cyo muburyo bw’ikiganiro (Oral exam)gusa. Kubera izo mpinduka hakaba hazabanza gukorwa ikizamini cyo kwandika (Written exam) kuburyo bwatanzwe muri iri tangazo:
Soma itangazo rikurikkira urebe gahunda yose:

Kanda hano usome iri tangazo kurubuga rw’Akarere
KABICISHIJE KURUBUGA RWAKO, AKARERE KA NYANZA KASHYIZE AHAGARAGARA URUTONDE RW’ABEMEREWE GUKORA IKIZAMINI MURI DASSO MUKARERE KA NYANZA
Soma itangazo rikurikira urebe urutonde rwose:


Kanda hano urebe uru rutonde kurubujga rw’Akarere
Job responsibilities
• Consult different components regarding their annual activities, in particular plans for disbursement of grants to partner entities. • Prepare a risk-based audit plan for the financial year covering all institutions and partner entities in receipt of or planned to Prepare a risk-based audit plan for the financial year covering all institutions and partner entities in receipt of or planned to be in receipt of project funds.
• Review internal audit reports produced by all other institutions in receipt of project funds to identify weaknesses. • Carry out a review of the documented systems to (i) ensure adherence to any GCF and Rwanda policy requirements, contractual, regulatory and legislative requirements and (ii) identify internal control strength and weaknesses. • Carry out systems-based audit tests to ensure that governance, risk management and internal control systems are operating efficiently and effectively. • Carry out periodic reviews to provide assurance on adequacy and effectiveness of risk management practices. • Summaries findings and make recommendations, obtain management responses. • Advise on the appropriateness of accounting records, records storage arrangements and financial reporting. • Participate in significant initiatives and priorities and
Master’s Degree in Finance with CPA/CPFA/CPFM intermediate level /ACCA Foundation Level (Completion of ACCA Applied Skills papers)
5 Years of relevant experience
Master’s Degree in Accounting with CPA/CPFA/CPFM intermediate level /ACCA Foundation Level (Completion of ACCA Applied Skills papers)
5 Years of relevant experience
Required competencies and key technical skills
Click here for more details & Apply