Home Blog Page 789

Consultant to Support Rwanda Healthcare Federation (RHF) Registration as a National NGO at Palladium Rwanda Limited (Deadline:December 17, 2021)

0

Consultant to Support Rwanda Healthcare Federation (RHF) Registration as a National NGO

Company Overview:

About Palladium – Palladium is a global leader in the design, development, and delivery of Positive Impact – the intentional creation of enduring social and economic value.  We work with governments, businesses, and investors to solve the world’s most pressing challenges. With a team of more than 3,000 employees operating in 90 plus countries and a global network of over 35,000 experts, we help improve economies, societies, and, most importantly, people’s lives.

Diversity, Equity & Inclusion – We welcome applications from all sections of society and actively encourage diversity to drive innovation, creativity, success, and good practice. We positively welcome and seek to ensure we achieve diversity in our workforce; and that all job applicants and employees receive equal and fair treatment regardless of their background or personal characteristics. These include: (but are not limited to) socio-economic background, age, race, gender identity, religion, ethnicity, sexual orientation, disability, nationality, veteran, marital or Indigenous status.

Should you require any adjustments or accommodations to be made due to a disability or you are a neurodivergent individual or any other circumstance, please email our team at accessibility@thepalladiumgroup.com

Safeguarding – We define Safeguarding as “the preventative action taken by Palladium to protect our people, clients and the communities we work with from harm”. We are committed to ensuring that all children and adults who come into contact with Palladium are treated with respect and are free from abuse.  All successful candidates will be subject to an enhanced selection process including safeguarding-focused interviews and a rigorous due diligence process.

Project Summary:

 Palladium is implementing the Rwanda Integrated Health Systems Activity (RIHSA), a three-year USAID-funded task order (72069620F00001) designed to support the Ministry of Health (MOH) in strengthening Rwanda’s health system to provide quality health care for Rwandans while building the capacity of the Government of Rwanda (GOR) to move away from a donor-financed health system towards a self-reliant system. The Activity is implemented by a consortium led by Palladium International LLC (Palladium) in partnership with RTI International, the Council for Health Service Accreditation of Southern Africa (COHSASA), Zenysis Technologies, and the Rwanda Agency for Accreditation and Quality of Healthcare (RAAQH). The project is aimed at achieving two major objectives:

  1.  Reduce financial barriers to health care through a mix of public and private interventions and provide tools for improved domestic resource mobilization and improve health care financing for the GOR.
  2. Improve the quality of essential health services at national, facility, and community levels utilizing a health systems approach.

Through a focus on financing and quality, RIHSA provides technical assistance to the GOR on various strategies, tools, and approaches that will allow Rwanda to sustainably fund its healthcare system and provide quality care at all levels. Private Sector Engagement (PSE) is integral in RIHSA’s ongoing support to the health system particularly in the creation of an enabling environment for strengthening of the stewardship and participation of the private sector in meeting the increasing health needs of a growing population.

 Context:

 The Rwanda Healthcare Federation (RHF) is a key player in the private health sector given its advocacy and coordination role of all non-state actors in the health sector. As an umbrella organization, the RHF coordinates and represents the interests of the private health sector stakeholders including associations of healthcare providers, health NGOs, and professional associations. With support from RIHSA, RHF seeks to bolster a strong, organized private sector that has the capacity to influence policy reforms and contribute to the country’s health sector outcomes.

Since its inception in 2014, the RHF strives to serve its members while adhering to national laws and guidelines. Given the fast-growing nature of the private health sector and the need to have strong private sector coordination, the RHF seeks to strengthen its organizational capacity to effectively advocate for the interests of its members. The RHF is governed by a constitution which was signed and notarized with ten founding members, both private health sector businesses and associations. Previous attempts to register RHF as a local NGO (as per the law N°04/2012 of 17/02/2012 governing the organization and the functioning of National Non-Governmental Organizations) were not successful. This is partly attributed to mixed understanding of terminologies in defining RHF’s mandate and composition in accordance with local NGO registration regulations. The RHF leadership have largely struggled to understand the legal requirements (due to the highly technical legal language) which has resulted in back-and-forth exchanges between the RHF and the Rwanda Governance Board. As such, it was deemed fit to seek services of a professional legal expert to help the RHF understand and meet the local NGO requirements of the Rwanda Governance Board (RGB). Registration of the RHF is a top priority for the organization’s leadership and a key milestone in its organizational growth.

 Objective of the Assignment:

 The purpose of this assignment is to support RHF to be registered as a legal national NGO as per RGB requirements. This will involve helping the RHF to clearly understand and assemble all the legal and documentation requirements.

 Scope of Work:

 The scope of work for the Consultant is to:

  •  Review and support the RHF to update its constitution
  • Review and support the RHF to address previous and arising registration queries raised by RGB
  • Ensuring availability and submission of all the necessary registration requirements to RGB including but not limited to; Application letter, Notarized statute, District recommendation letter, Notarized minutes of Annual General Assembly, Credentials of Legal Representatives, detailed annual workplan etc.

 Expected Outputs/Deliverables:

The consultancy is expected to produce the following deliverables:

  1. Updated and notarized RHF Constitution.
  2. Proof of submission of all necessary requirements and responding to arising queries/clarifications on the registration process from RGB.
  3. Proof of RHF registration/certificate.

 Timeline:

The consultancy is expected to be implemented within a timeframe of 2 months: with an estimated level of effort of 8 working days starting from the date the contract is signed.

Contract Type:

This consultancy will be a fixed price deliverable-based contract. Acceptance of the deliverables will be determined by the project’s Health Financing Director. Final approval will be required by the Chief of Party.

 Selection Criteria:

Palladium seeks to recruit a local consultant with experience in supporting registration of local/national NGOs in Rwanda. All applications received will be evaluated based on the criteria indicated below. Negotiations will be held with the candidate that achieves the highest score.

  1. Relevant capacity and demonstrated experience in past performance supporting NGOs and/or companies to meet the registration requirements of RGB – 40 points
  2. Qualifications – 30 points
  3. Price – 30 points

 The application must include:

  1. A description of the applicant’s relevant capacity and past performance, including, if possible, a description of two recent similar examples of work undertaken by the applicant, accompanied by references who may be contacted. The name, position, and contact details should be included for each reference.
  2. Applicant ‘s updated CV (no more than 4 pages) and Notarized copies of academic credentials.
  3.  Cost proposal in RWF detailing the proposed daily rate and all logistical costs. N.B: All costs should include all applicable local taxes. Proof of daily rate should be provided. Prices included in the financial proposal should be reasonable.

 Consultant profile:

 The consultant should have:

  • Master’s degree in Law/LLM, Business Administration, or related degree, preferably a lawyer.
  • Extensive knowledge and experience in local NGO and company registration processes – at least 2 years’ experience in successfully conducting similar assessments.
  • Excellent and proven analytical skills.
  • Fluency in English and French (or fluency in one language and working knowledge of other).
  • Good communication and diplomacy skills.

The Application Deadline is December 17, 2021.






Market Systems and Business Development Advisor at Land O’Lakes Venture37 (Closing date: 17th December 2021)

0

Market Systems and Business Development Advisor

Location: Kigali, Rwanda

Closing date: 17th December 2021

Procurement Description:

Venture37 seeks a Market Systems and Business Development Advisor for the USAID Rwanda Employment and Entrepreneurship Activity (“Rwanda E&E Activity”). This activity will generate inclusive employment and entrepreneurship opportunities in the agribusiness sector, using a market systems development approach to address systems weakness and catalyze new entry and growth of inclusive enterprises. The E&E Activity will facilitate capacity development of Rwandans – particularly women, youth, and persons with disabilities in key technical and soft skills required to participate in a modern workforce. The Activity has 3 Intermediate results: 1) Rwandans possess the knowledge and skills required to serve labor and consumer markets domestically, regionally, and globally; 2) The private sector has access to the resources required to grow their revenue and employment and 3) Businesses are incentivized to grow inclusively.

Position Summary:

The Market Systems and Business Development Advisor will support the Chief of Party in providing technical advice across all program components in the planning, design, and implementation of the market systems development approach. This position will be responsible for overall leadership of IR 2 – working to align businesses’ incentives to achieve project development outcomes – and ensures integration across IR 1 and IR 3. This position ensures the project takes a market systems approach, engaging and supporting existing market actors (both public and private) rather than creating independent structures of support.

  • Lead market systems foundational analysis to understand agri-business systems performance and dynamics, identify the root causes of poor performance (in terms of job creation, inclusivity and employment readiness, mismatches between labor skills demanded and supplied), and determine development strategies to drive improved performance.
  • Provide life of project leadership in identifying inclusive market development constraints and opportunities, understanding evolving market trends, conducting targeted research on new/potential market channels, business models, or partnerships that lead to increase employment opportunities.
  • Design and update an inclusive market systems development strategy based on results of the analysis and subsequent research and information.
  • Facilitate innovative partnerships with agri-businesses, the public sector, and business service providers (BSP) that align with E&E objectives and business incentives to foster job creation and business growth.
  • Collaborate with the M&E Manager and Market Systems MEAL to develop monitoring and evaluation tools, indicators, and learning questions on market systems programming outcomes and ensure findings are used for learning, improving, and scaling innovations.
  • Advise on the qualitative baseline of system-level dynamics and relationships between actors in the operating environment.
  • Support the COP to build the processes and team culture required to embrace adaptive management, calculated risk-taking, facilitative scaling, and a results-oriented team environment.

Required Skills and Qualifications:

  • Bachelor’s degree in business administration, economics, agricultural economics, or other relevant field.
  • Experience working in the agricultural sector including knowledge of agricultural financing.
  • Demonstrated familiarity with business development approaches, building market opportunities, and strengthening emerging enterprises.
  • 5 years experience and demonstrated success implementing programs aimed at:
  • Business development
  • Market structuring
  • Increased competitiveness of agribusiness and adjacent market actors
  • Growing socially inclusive businesses in the agriculture sector
  • Job creation
  • 3 years’ management experience
  • Demonstrated experience building relationships with governmental agencies, academic institutions, and private sector (including formal and informal financing institutions) and community organizations.
  • Deep understanding of the real and perceived constraints to SME growth in East Africa
  • Fluency, verbal and written, in English and Kinyarwanda.

Preferred experience

  • Master of Business Administration (MBA) degree
  • Market Systems Development experience and knowledge.
  • Basic knowledge of education theory

The position described above is contingent upon the activity award.

Only short-listed candidates will be contacted. No phone calls will be accepted.

Land O’Lakes Venture37 never requests money or payment from candidates for any position type. Please report any such requests to Land O’Lakes Venture37.  Please report any such requests to Land O’Lakes Venture37 at www.connecthotline.ethicspoint.com.

Land O’Lakes Venture37 is an equal opportunity employer and an organization striving to help global communities thrive through agriculture. We consider all qualified applicants without regard to race, religion, national origin, age, sexual orientation, gender identity, disability or veteran status, among other factors. Our culture values a diversity of voices. So, bring us your unique experiences, your workstyle, and your dreams — they’ll only make us stronger.

Application Link:https://lol.avature.net/Careers/JobDetail/Kigali-Rwanda-Market-Systems-and-Business-Development-Advisor/1549





Human Resources Officer at Norwegian People’s Aid (NPA) (Deadline:, 13 December 2021)

0

JOB VACANCY                                               

POST TITLE: Human Resources Officer

DEADLINE FOR APPLICATIONS:5 pm, 13 December 2021

DUTY STATION: Kigali, Rwanda

LENGTH OF CONTRACT: Open ended

START DATE: As soon as possible

ANNOUNCEMENT DATE:6 December 2021

Norwegian People’s Aid (NPA) is an international NGO, founded in Norway as the labour movement’s humanitarian solidarity organisation. NPA’s goal is centered on human worth and equal rights for all, and strives globally to promote the values of solidarity, unity, equality, human rights, and democracy. Norwegian People’s Aid in Rwanda supports civil society organisations and citizens to participate in and contribute to the formulation and implementation of national and local policymaking, planning, and governance.

 Vacancy

NPA Rwanda is currently seeking qualified applicants for the position of Human Resources Officer. . The Human resources Officer will be a member of the management team and will support the Country Director in the development and implementation of HR initiatives and systems.  .

The main Duties & Responsibilities of the Position will include the following:

  • Ensure HR policies and procedures are followed.
  • Provide advice on HR policies and procedures.
  • Lead on recruitments, preparing job descriptions, posting ads and managing the hiring process.
  • Create, implement and manage onboarding plans
  • Meet KPIs for HR department
  • Plan and implement L&D programmes
  • Support in performance management and employee evaluation
  • Maintain employee records and paperwork
  • Familiarise and adhere to local laws and regulations
  • Drawing up plans for future personnel hiring procedures and goals.
  • Promote a strong collaborative team culture within the Country Programme.
  • Directly Line Manage 1 member of staff.
  • Support and build HR systems among NPA’s Partners while taking appropriate action to address capacity development needs where necessary.

Required qualifications:

  • A Bachelor’s Degree in a relevant field.
  • At least 5 years human resources experience.
  • Proven leadership skills with a track record of successful staff management and the ability to inspire, motivate and build the competence-based skills of colleagues.
  • Previous experience working with CSO Partners.
  •  Fluency in English, with high-quality written and oral communication skills.

Personal Competencies:

  • An ability to work independently with limited supervision.
  • Good problem solving and judgment skills.
  • Excellent interpersonal skills as a team player and leader.
  • Demonstrated ability to perform complex tasks and prioritize multiple demands.
  • Good IT skills.
  •  A willingness and ability to regularly travel domestically in support of NPA objectives.

Interested applicants should submit a 1 page covering application letter briefly describing how they meet the required qualifications and personal competencies mentioned above as well as an up to date CV to:

The Country Director

Norwegian Peoples Aid (NPA) Rwanda

Via e-mail to nparwanda@npaid.org or in hardcopy to P.O. Box 2966, Rwanda Kigali

This is local recruitment and the chosen candidate will be contracted by NPA Rwanda. Female candidates are particularly encouraged to apply

We regret that only shortlisted candidates will be contacted.

 




Provision of Training for the Project Partner Rwanda at Bildungswerk der Baden-Württembergischen Wirtschaft e. V (Deadline:07th December 2021)

0

Terms of Reference

Provision of Training for the Project „PartnerRwanda“

The aim of the project „PartnerRwanda“ is to train 500-1000 unemployed Rwandans to support them to find employment or work self-employed and also to work directly with companies to create employment opportunities.

BIWE seeks the services of a reputable and experienced TVET- or Training Provider to train 240 youth in practical oriented short term Courses in Operation and Maintenance of Heavy Machines.

In cooperation with BIWE the training provider shall support in the preparation of the short-term courses. BIWE is inviting eligible training providers to submit their proposals for the provision of the accredited Heavy Machinery curriculum TRPHMC 3001 (Level III).

No.

Task

Deliverable

1

Provide required maintenance materials

(Engine, Gearbox, Hydraulic and Pneumatic Equipments)

Provide the training equipments

(Simulations, Excavators, Loaders, Forklifts)

Training Program

2

Prepare the training according to the curriculum

(Theoretical training (in school) should be 7 weeks)

Training Plan

3

Facilitate trainees to access industrial attachment program at the end of the training

Supervision of the training process and industrial attachment program

Inspection of the training process and industrial attachment program

(Practical training (in company) should be 4 weeks)

  • List of participants with names of companies where they were placed
  • Copy of internship certificates signed by the companies or other proof
  •  Report

4

Tuition Fees should include:

  •  Student insurance during training and industrial training
  •  Student Card, Uniform and theoretical materials related to training
  • Supplies (oil, …) for machine operation and maintenance
  • Internship cost for companies or industries in field
  •  Students sanitation and school safety
  • Other things related to training
  • Invoices and receipts for reimbursement
  • Spendings require prior authorization.

5

  • Boarding Fees should include:
  • Breakfast, lunch, dinner for students
  • One pair of safety shoes for students
  • Accommodation for students
  • Energy charges such as water ,electricity, and lighting
  • Cleaning of shared dormitory, bathrooms, and communal areas
  • Receipts for reimbursemen
  • Spendings require prior authorization.

6

Follow up the certification process by National Examination And School Inspection Authority (NESA)

Accredited Certification

7

Conduct the graduation ceremony

  • Graduation Ceremony and Certificates of trainees.
  • Spending require prior authorization.

Requirements of the Training Provider:

  • Having a WDA registration certificate,
  • Having enough experiences in providing those skills, at least 3 years experience of providing a similar service in Rwanda;
  • Agree to provide certificates signed by a recognized entity in providing Technical Vocational Skills in Rwanda (e.g. NESA)
  • Having required material for TVET
  • Having qualified teachers to deliver quality service
  • Dispose of the training workshop with various material

 Bidding documents:

  • Profile of Training Provider
  • Certificate of NESA
  • Detailed Financial offer and Technical offer
  • A detailed training schedule/work plan with a time frame

Bids must be sealed and clearly marked „Heavy Machinery Training“ and delivered via E-mail to the contact person until the 07th December 2021.

Contact person will be Mr. Salvatore Mele; Function: BIWE Project Manager “PartnerRwanda”;

E-Mail: mele.salvatore@biwe.de






Supply and Installation of a Sound System at Development Bank of Rwanda (BRD) (Deadline:14/12/2021)

0

Tender Nº: 023/11/2021/BRD/HC&CS/CS

ASSIGNMENT TITLE: SUPPLY AND INSTALLATION OF A SOUND SYSTEM

The Development Bank of Rwanda needs to procure of a sound system for resolve an emergency management, a standardized addressable intercom is a major tool as far as emergencies and evacuation during a disaster are concerned from a well-established, qualified, and financially viable companies.

In this regard, the Development Bank of Rwanda (BRD) invites the interested and potential companies to submit their bids for the above-mentioned services according to the technical specification detailed in the tender document.

The site visit is planned on 6/12/2021.

The Tender document in English may be obtained from procurement office from, 1/12/2021 during office hours (8:00 am to 6:00 pm, Local time) upon presentation of proof of payment of a non-refundable fee of Twenty Thousand (20,000 Frw) deposited on the account Nº 593412700910118 of BRD opened in BPR part of Atlas Mara. 

Well bound and sealed bids presented in 3 hard copies, one of them marked “Original” and 2 hard copies marked “Copy” of the bids. The Bids shall be valid for a period of 120 days and should be submitted in BRD procurement office at the address BRD, PO BOX 1341, Kigali Rwanda, not later than, Tuesday 14th December 2021, at 10:00 am local time.

The bids will be immediately opened in the presence of the bidders’ representatives who wish to attend the opening session in BRD meeting room on ground floor. Please note that the bids will be put in an envelope indicating the name, the address of the prospective bidder, and title which will be marked as follows:

SUPPLY AND INSTALLATION OF A SOUND SYSTEM

 Do not open except in public session on 14/12/2021.

Enquiries regarding this tender may be addressed in writing to:

Development Bank of Rwanda, P.O. Box 1341 Kigali Rwanda

procurement@brd.rw and copying to the brd@brd.rw

Sincerely,

Nadine TETA MBABAZI Kampeta SAYINZOGA
Head of Human Capital and Corporate Services Chief Executive Officer
Attachment:






Terms of Reference for the Recruitment of Enumerators Research Hub and research Assistants at Research Hub (Deadline:December 7th, 2021)

0

Research Hub

Terms of reference for the recruitment of enumerators Research Hub and research assistants

 About Research Hub Ltd .

Research Hub is a Research and insights firm that specialises in data collection and analysis, market research, and monitoring and evaluation services. Our philosophy is anchored on the belief that the success of every project or idea is contingent on solid and credible information being available to decision makers. Since 2017, we have provided services to a host of agencies in Rwanda and the region (check on our website http://www.researchub.co.rw/  ).

To match the increasing demand for research and data collection services, Research Hub would like to recruit enumerators for various upcoming  assignments. The selected enumerators shall remain on our database to be called whenever an opportunity arises.

  1. Profile of required enumerators;

Successful candidates must possess the following minimum requirements;

  • Familiarity with android’s open data kit (ODK). Proof of experience will be required
  • Strong English and Kinyarwanda proficiency
  • Under graduate qualification in any discipline especially rural development education, health, etc.
  • Proof of Covid-19 vaccination.
  • Have valid medical insurance
  • Willingness to undertake fieldwork in remote places of Rwanda
  • Availability when called on a short notice
  1. Profile of qualitative research assistants

Research assistants are expected to lead focused group discussions and or take minutes, transcribe audio files and manage field logistics among others. For these, they are expected to possess the following minimum requirements.

  • Prior experience in qualitative data collection with reputable organisations.
  • Prior training in qualitative research (desired)
  • Strong English and Kinyarwanda proficiency (written and spoken
  • Degree in Communication, Journalism, education, business or any other relevant degree
  • Development sector knowledge
  • Knowledge of qualitative data collection software tools such as MaxQDA, Nvivo, QDA miner etc. an advantage
  • Proof of Covid-19 vaccination
  • Availability on a short notice

Application process

Interested candidates fulfilling the above requirements should send their application letter and CVs to info@researchub.co.rw not later than December 7th, 2021. Successful applicants shall be informed of next steps. Please apply for one position

Attachment:






Terms of Reference: Legal Services for Spark Rwanda at Spark Rwanda (Deadline:16th December 2021)

0

TERMS OF REFERENCE: LEGAL SERVICES FOR SPARK RWANDA

1. CONTEXT 

Spark is an independant non-profit organisation founded in 1994 with its headquarter in Amsterdam, the Netherlands.  The organisation has been active and operating in Rwanda since its registration in the country in 2011. So far, SPARK Rwanda has successfully implemented a number of entrepreneurship and economic empowerment programmes in Rwanda. Based on the positive impact, lessons learnt and networks built, SPARK is keen to continue supporting local partners in Rwanda through enterprise development.

2. ABOUT THE ASSIGNMENT

 SPARK is seeking to engage a local law firm to provide legal expertise as needed both in its operations and program implementation.

3. SCOPE OF THE WORK

The Consultant will:

a. Represent SPARK on any legal proceedings.
b. Draft or review Agreements and Contracts with staff, SPARK Stakeholders, and Partners both in the public and private sector ensuring that they are correct. (SPARK key partners include financial institutions).
c. Provide legal assistance in the process of contract negotiations, legal endorsement of performance guarantees or any other guarantee and signing of contract/grants/investment agreement.
d. Provide legal assistance against any litigation arising out of SPARK’s daily business affairs or during contract, grant, or investment administration
e. Interact on behalf of SPARK with relevant government authorities as and when required about contractual, commercial, corporate, and legal matters
f. Provide legal opinion and advice on operational aspects such as any changes in regulation and laws regarding employment, taxes, and other fields relevant to the work of SPARK in Rwanda.
g. Provide direction and support to SPARK in the settlement of any disputes.

4. Timing and Deliverables 

The firm will be contracted for a period of one-year renewable based on mutual consent.

Deliverables include:

a. Legal opinions
b. Progress reports on cases/matters being handled.

5. Eligibility Criteria 

a. Reputable local legal firm specialising in corporate, commercial, employment law
b. Relevant professional experience – at least 10 years’ experience
c. Registration certificate of the law firm with the Rwanda Development Board (RDB)
d. A valid copy of Tax Clearance Certificate
e. Must be registered and an active member of the Rwanda Bar Association with good standing.

6. Format of bids  

The technical proposal of no more than 10 pages (excluding annexes) should include the following details:

  • The firm’s proposed approach in delivering on the tasks outlined on the Scope of Work (SOW).
  • Profile of the firm outlining recent experiences on assignments of a similar nature;
  • Names and Curriculum Vitae (CV) of personnel proposed (CVs can be annexed)
  • References from the firm’s clients for similar assignments accomplished (can be annexed)

The financial proposal; bidders should quote daily fee rates including overheads and taxes and should be in Rwandan Francs.

The successful legal service provider shall be contracted on a retainer basis.

7. Evaluation criteria 

Technical evaluation criteria Weighting
Past experience of the firm in providing legal services as sought by SPARK to local and international organizations in Rwanda both in private and public sector including financial institutions. 30
Relevant professional experience and qualifications of proposed team 20
Proposed approach to the Scope of Work 10
Responses and recommendations from at least three organizations (one in the financial sector 10
Total Technical Proposal 70
Total Financial  Proposal 30
TOTAL 100

How to apply:

Interested firms should apply through the email address rwanda@spark-online.org with a clear Subject line TERMS OF REFERENCE: LEGAL SERVICES FOR SPARK RWANDA no later than 5 pm Central African Time (CAT) on 16th December 2021.






Consultant Firm to Manage Schools’ Handover Process on Behalf of Sos Children’s Villages Rwanda at SOS Children’s Villages Rwanda (Deadline: 15 December, 2021 at 3:00 pm)

0

TENDER ADVERT RECRUITMENT OF CONSULTANT FIRM TO MANAGE SCHOOLS’ HANDOVER PROCESS ON BEHALF OF SOS CHILDREN’S VILLAGES RWANDA

1. BACKGROUND

General and Specific Objectives of the assignment

The overall objective of this term of references is to ensure that we have a school consultant firm/company(ies) that will support SOS in the handover of its 10 schools’ facilities: that is 4 kindergarten, 4 primary schools, and one secondary school in Kayonza and technical school in Kigali to a successful bidding partner to enable them operate effectively and efficiently while maintaining the quality of these schools,

The specific objectives and anticipated expectation of SOS CVs to Consultants

1. Appreciation of the Terms of Reference and Methodology

  • Planning and desk study
  • Receipt of relevant documents from SOS CVs
  • Preparation of Inception Reports.

2. Field Inspections and Surveys and Data Collection

  • Field Survey and Analysis
  • Review of financial data
  • Conclude field surveys

3. Progress Report/ Draft Valuation Report

  • Presentation of the Draft Valuation Report
  • Valuation Report Review

4. Development and finalization of the Bid Document (DAO) 

5. Stakeholders’ engagement  (SOS Management, Board, IOR, IO, PSAs, School boards, parents, service providers, Min of Education, District offices, etc)

6. Conduct and facilitating the bidder/s to the sites

  • Bids Closure & Opening Procedures
  • Bids evaluations
  • Evaluation reports and recommendations and awards to the best evaluated bidder
  • Legal terms and Leasing Agreements drafts and negotiations
  • Preparation of a Final Leasing Agreement and Executions & Registrations
  • Handover of facilities/assets, change of names, change of school colours of brands, etc
  • Preparation of a Final Leasing Agreement and support in deregistration process

2. CONSULTANT COMPANY OR JOINT VENTURES REQUIREMENTS

The firm(s) carrying out this assignment should have a thorough understanding of the property management handling in the context of Rwanda with proven competencies and experience in this area.

2.1. The consultants must have (Lead consultant and other consultants):

The minimum required experience of proposed professional staff is:

  • A project Manager/ Team Leader; with at least a Bachelor’s Degree in Civil Engineering, Quantity Surveying, or Architecture, 10 years of experience in the similar field, and 3 projects of similar nature executed as project manager. He must be an international expert confirmed in valuation assignments;
  • Certified Quantity Surveyor expert in building costs with at least a Bachelor Degree in Quantity Surveying/ Construction Management, 5 years of experience in the similar field, and 3 projects of similar nature executed;
  • Certified Valuer expert in property valuation and leasing conditions with at least Bachelor Degree in Estate Management & Valuation /Civil Engineering, 5 years of experience in the similar field, and 3 projects of similar nature executed;
  • Land Surveying & GIS Expert: The expert required a qualified Land Surveying & GIS Expert with at least a Bachelor Degree in Civil Engineering or Land Surveying, 5 years of experience in managing big projects of national and international scope, and of similar nature executed as project manager.
  • Certified Financial Consultants; expert in investment appraisal IRR (Internal Rate of Return) and NPV ( Net Present Value) mostly in school with at least a Bachelor Degree in Finance, 5 years of experience in the similar field, and 3 projects of similar nature executed;
  • Contract Administrator / Layer Consultants; expert in building and property leasing agreement with at least a Bachelor Degree in Law, International Certificate in Contract Management, 5 years of experience in the similar field, and 3 projects of similar nature executed;

2.2. Company required Documents and experience

All documents must be in PDF. Applications for consultancy handover of schools should contain the following information:

  • Consultancy firm or joint ventures with registration certificate from Rwanda Development Board if registered in Rwanda lead company having experience of more than 5 doing similar assignments.
  • For joint ventures a RDB notary certificated agreement between joining forces compony will be required (For this assignment a maximum of two should not be exceeded)
  • Applicants must have Tax Clearance certificate from Rwanda Revenue Authority and RSSB if registered in Rwanda (Not applicable for foreign registered companies)
  • At least 4 certificates of good completion related to previous similar work/assignments
  • An example of a recent/relevant work completed (if available for public use)
  • Three contact references (All of them must be familiar with your work)
  • Detailed Methodology/ Technical Proposal demonstrating how you understand and meet requirements for this assignment
  • Detailed Work plan (including a timeline) showing the detailed sequence and timeline for each deliverable
  • CVs of the team member(s) including current geographical location(s) at for the 3 key staff on this assignment (Including the lead consultant).
  • Detailed financial proposal with all taxes included
  • Price schedule or financial offer (to be sealed in a closed envelope or a separate PDF file for electronic applications)
  • Proof of payment of tender submission non-re-refundable fees equivalent to (30,000 Rwf) Thirty thousand Rwandan Francs payable on SOS Children’s Villages Rwanda account number: 400418314910177 entitled SOS-CV RWANDA TRUST opened in BPR

  • Any other information to further support the eligibility and certain the qualification of the candidate to successful lead the handover process.

2.3. Additional information in the Technical Proposal includes:

  • Technical Bid submission form well printed, dated, signed, stamped, and properly organized or for electronic submission ziped into two forder financial and technical offer.
  • Proposed staff C.V’s signed by themselves (Maximum 3 pages);
  •  Staff availability certification signed by themselves ;
  • Copy of staff diplomas (Mimum  3 copies);
  • Copy of the trade license;
  • Written confirmation authorizing the signatory of the Bid to commit the Bidder
  • Consultants to state local cost in the national currency in Rwandan Francs
  •  Bid  Gurantee for 10% of the total Contract Amount

Detailed terms of reference are available at can also be downloaded here:https://www.soscv-rwanda.org.rw/PUBLICATION/Research-12/

Well-written bids in English, must be sent electronically to the following e-mail addresses:sos.procurement@sos-rwanda.org no later than 15 December, 2021 at 3:00 pm, local hours.

 Please note that application documents submitted after deadline provided will be rejected and Proposals must remain valid 90 days after the submission date.

 

Jean Bosco Kwizera

National Director






Supply Handwashing to support Schools in Kitabi Sector in Fighting Against Covid-19 Prevalence at SOS Children’s Villages Rwanda (Deadline: 19 December 2021 at 12:00 Pm)

0

TENDER ANNOUNCEMENT

SOS Children’s Villages started working in Rwanda in 1979. Its interventions aim at ensuring that children at risk and those who have lost parental care are cared for in a loving and safe home. Different SOS CV Rwanda programmes such as alternative care and family strengthening programmes ensure that the interests and rights of children are taken into consideration not only within SOS CV settings but also in the communities as well.

In this regards SOS Children’s Villages Gikongoro/ Family Strengthening project  is seeking Competent Bidders to supply handwashing to support schools in Kitabi sector in fighting against covid-19 prevalence as specified in the below Table.

         
    DESCRIPTION OF WORKS Unit  Qty
A   Hand Washing Structure    
I   Preliminary works.    
1.1 Site installations and dismissal/ transportation of equipment’s Ls      1.00
1.2 Site clearing ,earthworks cut, excavation for foundations works and water pipeline trench , fill and evacuation or overlay of the surplus soils, including all accruals Ls      1.00
    Sub -total    
II   Masonry and elevation works    
2.1 Blind concrete class C with mix ratio of 1:2:4 ,Aggreagate must be of size not exceding 20mm, thickness 5 cm m3      1.20
2.2 Foundation in stones masonry joined with cement mortar 1:4 mix ratio,with 6.4m long, 1.4m wide and 0.6 m deep. m3 5.4
2.3 Plain concrete class C with mix ratio of 1:2:4 ,Aggreagate must be of size not exceding 20mm, thickness 5 cm, at the top of foundation, m3 0.948
2.4 DPM over foundation lm 6.4
2.5 Elevation of wall in burnt brick masonry joined with cement mortar, 1:4 mix ratio m3 6.95
    S/Total    
III   Plastering and coating    
3.1 Wall plastering with portland cement mortar mixed with enough water resistant cement (hydrofuge); mix ratio of 300 kg/m3 m2 23.03
    S/Total    
IV   Side Pavement    
4.1 Pavement hardcore (stones pitching) of 20 cm compacted on a well prepared tarrain m3      2.69
4.2 Plain concrete for pavement,10cm thick, well finished roughly m3      1.34
    S/Total    
V   Tiling works    
5.1 Supply and fix of wall tiles, white tiles at least 6mm thick; the quality to be approved by the client before use.(All walls must be covered by the tiles) m2 22.03
    S/Total    
VI   Plumbing works    
6.1 Water connection (1″)  Ganga(Installation should be two way installation method) Lm        42
6.2 Wasted water evacuation PVC pipe ND 90 PN 10 .The price must include connection fittings and other necessary items for better connection. Lm      35.0
6.3 Supply and installation of Galvanized water valve 3/4″ of Silma best quality with at least nominal flow rate of 1.5m3/h and max admissible pressure of 16 bar in conformity with European standards and ISO 4064 Pc      6.00
6.4 Supply and installation of Tee reducer 1″ to 1/2″ with at least nominal flow rate of 1.5m3/h and max admissible pressure of 16 bar in conformity with European standards and ISO 4064 Pc    12.00
6.5 All necessary equipment’s, accessories and tools to conduct a successfully  plumbing works and installation works (Teflon, Elbow,Union,Threading and other connectors…] and Top sifon 15×15 ls 1
6.6 Supply and installation of water tap 1/2”   with at least nominal flow rate of 1.5m3/h and max admissible pressure of 16 bar (with its accessories for connection and accruals) (water taps must be Silma of the best quality and approved before fixed) pce 12
6.7 Construction of valve chamber in bunt bricks, including cement mortar plastering for water meter and other necessary hydraulic equipment’s and the price must include metallic cover 3mm thick and with rock pad. The manhole size is 60x60x60cm ls      1.00
6.8 Construction of manhole in bunt bricks, including cement mortar plastering for collecting evacuated water, the price must include a reinforced concrete cover 10cm thick. The manhole size is 60x60x50 cm ls      2.00
  S/Total    
VI   Soakaway pit works    
6.1 Excavation of Soakaway pit 1m diameter and 10 m deep. Lm      10.0
6.2 Rip-rap( stone pitch to fill in the excavated pit ( Medium, Small & River gravels) m3       7.1
6.3 Masonry works in burnt  on upper part of the pit m3       2.3
6.4 Cover of the soak away pit in a reinforced concrete (d=1.40 m), m3       0.5
6.5 Supply and installation of top ventilation PVC 90 pipe of 2.5m height on the soakaway pit concrete cover with Tee fitting  to the top for ventillation ls       1.0
    S/Total    
VII   SUPPLY AND INSTALLATION OF WATER TANK
7.1 Supply and installation of plastic water tank of 5 m3 capacity including painted stand of at least 2.5 m of hight in metallic 80x80x2mm, 60x40x1.5mm  and 30x30x1.5mm .The structure must have radder for access and the reservoir must have hyraulic equipments.So the bider should give all prices inclusive.The support must have diagonals for lateral stability and the tank stand to well arranged timbers(5mm thick).Water tank must be supported by timber fram covering its base surface. ls      1.00
7.2 Supply and fix a plastic tank of 0.5 m3 with installed so that the once main water tank is emptied ,this tank can be used by filling it manually and this must also be connected to the handwashing.The price must includes its supportive metallic stand. ls      1.00
    S/Total    
VIII   Blanding    
8.1 Supply and installation of blanding board (Label board) well fixed into masonry wall of (2×0.8)m . The cost includes all writtings(will be given by the client), painting and any other necessary item. ls       1.0

NOTICE: Handwashing station must have 6 places for children, one of them is for people with disability. Please see the attached picture

 For the interested Bidders, their applications should contain the following:

  • Registration certificate issued by RDB
  • Proof of registration in Rwanda Revenue Authority (TIN) and VAT
  • Proof of having a known physical address
  • The financial proposal (cost per unit, total cost per unit, total cost per each category of school materials, total cost for the entire bid)
  • Clearance certificate issues by RRA
  • 2 certificates of Good Completion
  • Proof of payment of tender non-refundable fees equivalent to (30,000 Rwf) Thirty Thousand Rwandan Francs payable on SOS Children’s Villages Rwanda account number: 400418314910177 entitled SOS CV Rwanda TRUST opened in BPR.

Well-written Bids, must be sent electronically to the following e-mail address: sos.procurement@sos-rwanda.org not later than 19 December 2021 at 12:00 Pm, local hours. Please note that any application and relevant documents submitted in hard copy will be rejected.

Done at Kigali, on 2nd December 2021

 

Jean Bosco KWIZERA

National Director





Terms of Reference for Annual Audit 2021 of the Strengthening an accountable governance that Protects and delivers children’s Rights at Coalition Umwana ku Isonga (Deadline:13th December 2021 at 05:00 pm)

0

Terms of Reference for Annual Audit 2021 of the Strengthening an accountable governance that protects and delivers children’s rights

 INTRODUCTION

 The Coalition “Umwana ku Isonga”(CUI) is a nongovernmental organization registered under no219/RGB/NGO/LP/04/2018.  It has been created with the purposes of networking and alliance building with a mandate to assess and report on the implementation of the United Nations Child Rights Convention (CRC) and the African Charter on the Rights and Welfare of the Child (ACRWC) on the one hand, and to coordinate activities carried out by individual member organizations within the parameters of advocacy, implementing and reporting on mentioned treaty bodies on the other hand. CUI strives to get all the children, male and female, living in full enjoyment of their rights and fulfill all their duties without hindrance, and exempted from any form of discrimination.

The Coalition “Umwana ku Isonga wishes to engage the services of an audit firm for the purpose of auditing the Strengthening and accountable governance that protects and delivers children’s rights”, as stipulated in the agreement between Save the Children Rwanda and Coalition Umwana ku Isonga. The audit shall be carried out by an external, independent, and qualified auditor. In addition to auditing the financial report, the assignment also includes an assessment in accordance with a special agreement described under section II.

1. Objectives of the audit

The objective is to audit the financial report for the period 1st January 2021- 31st December 2021 and to express an audit opinion according to ISA 800/805 on whether the financial report of Strengthening an accountable governance that protects and delivers children’s rights” is in accordance with Save the Children requirements for financial reporting as stipulated in the agreement between Save the Children Rwanda and Coalition Umwana ku Isonga.

2. Tasks of the Auditor during the Audit period

  1. Follow up whether salary costs debited to the project/programme are recorded throughout the duration of the year in a systemized way and examine whether the salary costs can be verified by sufficient supporting documentation.
  2. Examine whether the financial report includes a comparison, for every budget item, between the actual costs/expenditures of activities and the budgeted costs/expenditures as approved by Save the Children for the period.
  3. Based on materiality and risk the auditor shall examine whether there is supporting documentation related to incurred costs.
  4. Follow up whether CUI complies with the applicable tax legislation with regard to taxes (e.g. Pay As You Earn (PAYE)) and social security fees.
  5. Follow up whether the CUI has adhered to the procurement guidelines.
  6. Verify the unspent balance at the end of the financial year.
  7. Regardless of materiality of the findings, the auditor shall quantify the amount for costs lacking sufficient supporting documentation.
  8. The auditor will analyse the respect of agreement in terms of financial records of activities realized by the Coalition and check if separate books of account and other financial records are well kept so that the payments and expenditures made under this Agreement can be easily identified according to their budget lines.
  9. The auditor will verify the CUI level of the respect of accounting standard for financial records are properly maintained so that he/she provides advises for improvement where necessary.
  10. The auditor will analyze the existing General Administrative laws and policies that contribute to the governance and management of the execution poof the activities of the project.  He/she will contextualize the findings for the audit and review of both cash and Bank books of account with all their financial records relevant to this Agreement, and in any other reasonable examinations or investigations into Project activities.

3. The reporting

The reporting shall be signed by the responsible auditor (not just the audit firm) and shall include the title of the responsible auditor.

The reporting from the auditor shall include an independent auditor’s report in accordance with the format in standard ISA 800/805 and the auditor’s opinion shall be clearly stated. The independent auditor’s report shall clearly stipulate that the audit has been conducted in accordance with ISA 800/805.

The reporting shall also include a Management Letter that discloses all audit findings and weaknesses identified during the audit process. The Management Letter shall include both significant and other findings. The auditor shall also make recommendations to address the identified findings and weaknesses. The recommendations shall be presented in priority order.  The financial report that has been subject of the audit shall be attached to the audit reporting. If the auditor assesses that no findings or weaknesses have been identified during the audit that would result in a Management Letter, an explanation of this assessment must be disclosed in the audit reporting.

Measures taken by the organisation to address weaknesses identified in previous audits shall also be presented in the Management Letter.

The additional assignment according to agreed upon procedures ISRS 4400 under section II, shall be reported separately in a Report of Factual Findings.

If the auditor performs additional assignments and finds that the observations described in the Report of Factual Findings contain the information that would have been stated in the Management Letter, a Management Letter does not need to be issued. In such cases, it must be stated in the Report of Factual Findings that a Management Letter has not been issued for this reason.

The organisation shall produce a Management Response including an Action Plan to the findings in the Management Letter and/or Report of Factual Findings.

4. Expected Outcomes

Inception report: The consultant will be expected to produce and submit an inception report for review by CUI team within 5 working days after signing the contract. The inception report is expected to highlight a clear matrix that shows the key information points that will be explored during the audit period. The inception report will be preceded by a meeting with CUI team to outline expectations for the assignment, including the key deliverables.

5. Draft work plan and report

The Consultant will submit a draft audit report for discussion to CUI. The Consultant shall incorporate changes and develop a final Audit work plan and report.

6.  Methodology

Methodology: an updated timeline; detailed methodology, a report should be produced just before starting the Audit. The maximum number of points assigned to the financial proposal is allocated to the lowest priced proposal. All other price proposals receive points in inverse proportion

7. Duration of the Audit 

The audit is expected to start by 20th December 2021 and will take maximum 10 calendar days from the day the contract will be signed between Coalition Umwana ku Isonga and the Consultant.

8. Management and supervision of the Audit

Coalition Umwana ku Isonga

  • The Coalition Coordinator and CUI Secretariat will provide the non-cost support to the consultant throughout the course of the audit.
  • CUI will verify that the minimum standards of the document have been met and will review the quality of work and ensure that the ToR expectations are met before payment.

9. Timeline

This External Audit report is expected to be done by 7th February 2022The consultant should provide a detailed timeline in his/her technical offer.

10. Expected qualifications for the bidders

This assignment requires a sound knowledge of taxes, financial, managerial, organizational development skills and experience to be able to do a holistic institutional audit.

Interested bidders should be the companies and /or individual consultants.  The companies will be required to clearly indicate the person who will be leading this work, hereby known as the Lead Consultant. The lead Consultant must have the following key competencies:

  • Advanced university degree in accounting, audit, or related field; or a first-level degree combined with a professional accounting, auditing or related designation (CA, CPA, CIA, CISA, CFE, ACCA).
  • Minimum of five years of audit experience, preferably in internal/external audit, or other directly relevant experience, after professional certification is required.
  • Experience of internal audit at the international level would be an advantage.
  • Evidence of similar works done previously for Nongovernmental Organizations in Rwanda. At least five years of experience in designing programs related documents.
  • Familiar with the work of CSOs
  • Fluent in English, ideally with the excellent  level of Kinyarwanda

11. Contact

The applicant to this work must put the full contact of his/her company and clearly show the qualification of his /her team

12. SUBMISSION OF PROPOSAL
The Consultant is expected to submit a detailed proposal with the following components:

a) Administrative documents
Each bidder shall submit the following documents
(i) Copy of Registration certificate
(ii)  VAT Registration
(iii) RRA and RRSB clearance
b) Technical proposal to include: 
A one-page Consultant’s understanding of the TOR;
Two pages of the proposed methodology, activities, and expected outcomes;

  • A detailed activities schedule/work plan with a time frame (including a Grant chart);
  • A profile of the consulting firm including the full names, physical addresses, telephone numbers, and contact person of the firm/company;
  • Copy of CVs of the lead consultant who will undertake the proposed work;
  • Two previous examples of similar work or carried out by the Consultant.

b) Technical proposal to include: 

  • Itemized consultant’s fees;
  •  Itemized field data collection expenses ;
  • Itemized administration expenses;
  • The validity period of the quotation;
  • Expected payment plan and method;

13. Deadline for Application 

The proposals should be submitted in hard copies (1 original and 3 copies) at the Reception desk at Coalition Umwana ku Isonga (CUI) Office, in Gasabo District, Remera Sector, Rukiri II Cell in Kigali City in RUBIS B PLAZA 1st floor, along KG 11 Av 16 not later than  13th December 2021 at 05:00 pm Kigali Time.

Technical and financial bids must be sealed separately and placed in 2 Envelopes which also shall be sealed and clearly marked: ‘TENDER FOR THE EXTERNAL AUDIT OF CUI FOR the YEAR 2021.

For any clarification, you can send an email to the following e-mail addresses: cuirwanda@gmail.com. Only successful bidders will be notified and Coalition Umwana ku Isonga reserves the right to reject any of the bids.

Coalition Umwana ku Isonga Secretariat






Invitation to Tender for Supply and Installation of digital Messaging board in 5 refugee Settlement sites at ALIGHT (Deadline:22nd December 2021)

0

Invitation to Tender (ITT)

Dear Sir/Madam,

Subject: Invitation to Tender for supply and installation of the digital messaging board in 5 refugee settlement sites.

ALIGHT Rwanda would like to invite authorized and reputable companies to submit their bids for the supply and installation of digital messaging boards in MAHAMA, NYABIHEKE, MUGOMBWA, KIGEME, and KIZIBA.

This tendering process will result in awarding the supply and installation contract to the selected firm for the execution of this supply and installation of the digital messaging board.

  1. To enable you to submit your proposal for this supply and installation, the following are attached;
  2. Timetable
  3. About ALIGHT
  4. Background for this civil works.
  5. Instructions to Bidders
  6. Submission of Tenders
  7. Selection Criteria
  8. Information Required
  9. Payment Terms
  10. Conditions of Tender
  11. Bidders Signature
  12. Bill of Quantities, Technical Specifications

Your offer comprising of both technical and financial proposals in separate sealed envelopes must be submitted to the following address no later than 3:00 p.m. 22nd December 2021.

The Chairperson

ALIGHT, Rwanda Tender Committee

M&M Plaza KG 8 Avenue (Remera)

P.O Box 2680, Kigali Rwanda

Submission after the set deadlines shall not be accepted.

  1. A complete set of bidding documents can be obtained online or send an email requesting for it to email:procurement@WeAreAlight.org
  2. Any additional information or clarification regarding this tender can be sought by emailing us at: procurement@WeAreAlight.org

Yours Sincerely

ALIGHT

Rwanda Program






Extension of Bids Submission for the tender related to the design and installation of the Net Ball at the Driving Range at Rwanda Ultimate Golf Course (Deadline:15/12/2021 at 10 AM)

0

Kigali, on..03 DEC 2021

Ref: RUGC/.GM/325

Dear Prospective Bidders,

RE: Extension of Bids Submission for the tender related to the design and installation of the Net Ball at the Driving Range

Reference is made to the tender related to the design and installation of the net at the driving range published by Rwanda Ultimate Golf Course Ltd (RUGC) on 18th November 2021 with a deadline for submission fixed on 06th December 2021 at 10 am.

By this communication; Rwanda Ultimate Golf Course Ltd (RUGC) is pleased to inform all interested bidders that the deadline for the submission of proposals for the tender related to the design and installation of the netball at the driving range is extended from 6/12/2021 to 15/12/2021 at 10 AM. All interested companies are reminded that a mandatory site visit is planned every day from 9:00 am up to 3 pm.

Yours sincerely,

Josue DUSHIMIMANA

General Manager






Invitation to Tender for Supply and Installation of Medical waste incinerator at Mahama health Center at ALIGHT (Deadline:Friday 10th December 2021)

0

Invitation to Tender (ITT)

Dear Sir/Madam,

Subject: Invitation to Tender for supply and installation of medical waste incinerator at Mahama health center.

The ALIGHT Rwanda would like to invite authorized and reputable companies to submit their bids for supply and installation of medical waste incinerator machine at Mahama health center.

This tendering process will result into awarding the service contract to selected firm for execution of this supply and installation of medical waste incinerator.

  1. To enable you to submit your proposal for this civil works, the following are attached
  2. Timetable
  3. About ALIGHT
  4. Background for this civil works.
  5. Instructions to Bidders
  6. Submission of Tenders
  7. Selection Criteria
  8. Information Required
  9. Payment Terms
  10. Conditions of Tender
  11. Bidders Signature
  12. Bill of Quantities, Technical Specifications

Your offer comprising of both technical and financial proposals in separate sealed envelopes, must be submitted to the following address no later than 3:00 p.m. on Friday 10th December 2021.

The Chairperson

ALIGHT, Rwanda Tender Committee

M&M Plaza KG 8 Avenue (Remera)

P.O Box 2680, Kigali Rwanda

Submission after the set deadlines shall not be accepted.

  1. A complete set of bidding documents can be obtained online or send an email requesting for it to email:procurement@WeAreAlight.org
  2. Any additional information or clarification regarding this tender can be sought by email us at: procurement@WeAreAlight.org

Yours Sincerely

ALIGHT

Rwanda Program






Supply of Laptop Computers for Caritas Rwanda / INECD Program at Caritas Rwanda (Deadline:Friday, 17th December 2021 by 5:00 PM)

0

TENDER NOTICE

TENDER NOTICE NO01/CARITAS RWANDA /INECD/DEC/2021

Caritas Rwanda through INECD PROGRAM invites all qualified and eligible bidders to submit their bids for the following tenders:

Tender reference

Tender Title

Submission date and time

TN: 01/CARITAS RWANDA /INECD /DEC/2021

SUPPLY OF LAPTOP COMPUTERS FOR CARITAS RWANDA / INECD PROGRAM

  •  HP 15 Notebook
  •  HP Pavillon X 360 Convertible

N.B: You can read more details (Specifications, quantity, and other) into the tender document

Submission: Bids has to be submitted online through Caritas Rwanda email tenders@caritasrwanda.org no later than Friday, 17th December 2021 by 5:00 PM

Opening date and time:

No public opening due to the Covid 19 Pandemic prevention measures

Interested and eligible suppliers can request the tender document from Caritas Rwanda through the emails address tenders@caritasrwanda.org.

Done at Kigali on 3rd December 2021

Father TWAGIRAYEZU Jean Marie Vianney

Secretary General






Terms of References to Carry End Line Survey of Graduation Pilot 2021 Project to Kiziba Nyabiheke and Kigali Urban Refugees and Host Communities at Caritas Rwanda (Deadline:17th of December 2021 (by 5:00 Pm)

0

TERMS OF REFERENCES TO CARRY END-LINE SURVEY OF GRADUATION PILOT 2021 PROJECT TO KIZIBA NYABIHEKE AND KIGALI URBAN REFUGEES AND HOST COMMUNITIES

1. Background 

Caritas Rwanda is Non-Governmental Organization, established in 1960s, mandated by the Episcopal Conference of Catholic Church to implement activities in areas of social welfare, health, and development, to help most vulnerable people to recover their dignity.

Since January 1st 2021, Caritas Rwanda has signed a Memorandum of Understanding with UNHCR and MINEMA to implement a one-year refugees’ graduation project “Graduation Pilot 2021 Project; Pathways to Economic Inclusion and self-reliance of the refugees and their host communities in RWANDA’’. The program intended to improve the self-reliance and livelihood of 505 refugees and Host communities from Nyabiheke, Kiziba camps, and Kigali by providing them with integrated and multi-sectorial services including financial literacy, income oriented agricultural and livestock promotion, job creation oriented activities, and commercial businesses market linkages, and seeds capital provision for business plan implementation, among others. Within the same perspective, Caritas Rwanda is wants to recruit a consulting firm to conduct an endline survey of the project.

2. End line purpose

It is intended to measure if the following main indicators were achieved.

# of PoC clients who have used national microfinance institutions or banks;

# of PoC provided with entrepreneurship / business training;

# of PoC provided with guidance on labor market opportunities;

# of PoC receiving production kits or inputs for agriculture/livestock/fisheries activities;

# of PoC provided with cash/vouchers for livelihoods provisioning and the results got from their respective businesses;

# of PoC who graduated

The following table shows PoC participation according to categories and locations:

No

Camp/Urban

Refugees

Hosting Communities

Total

1

Kiziba

190

10

200

2

Nyabiheke

135

20

155

3

Urban Kigali

130

20

150

Total

455

50

505

3. Objectives

The overall objective of this survey is to check out if the following objectives have been achieved, as results of graduation pilot 2021 project implementation:

The PoCs have:

  • Improved their food security;
  • Established sustainable stabilized income;
  • Established savings including assets;
  • Self-confidence;
  • Access to networks and services.
  • To be graduated

 4. Scope of the Survey

The survey will be carried out to 505 refugees and host community identified in Kiziba, Nyabiheke, and Kigali urban as per the table above. The National consultant (Individual or company) is required to design a rigorous end line survey that will allow to assess the socio-economic status of refugees enrolled in the project. This will allow UNHCR, MINEMA, and Caritas Rwanda to measure achieved results as well as their improvement of lives of Kiziba, Nyabiheke, and Kigali urban refugees, to be able to better orient their future endeavors and the project scale up.

 5. Deliverables

The consultant/Company is required to submit:

  • Technical and financial proposal in separate documents;
  • Successful candidates will provide an inception report along with survey tools (that will be shared with UNHCR and MINEMA for approval prior to the survey);
  • The work plan for the survey implementation;
  • Provisional report (to be shared with UNHCR and MINEMA for comments and inputs for its improvement);
  • Final survey’s report with findings and recommendations.

6. Methodology

The consultant/company is required to use combined methods (qualitative and quantitative with use of questionnaire and focus group discussion guide) so as to collect accurate information, to minimize errors and biased answers. The clear description of the methodology will determine the quality of the survey in respect to COVID-19 prevention measures in the country. He/She will be clear on how the methodology is in harmony with the principle of ‘’do not harm’’.

The consultant must be ready to survey all Persons of Concern in the project. As quality of results matters the most, the consultant will describe clearly how data will be collected and processed. The consultant will need to establish a comparison between the results of the baseline survey and the endline survey.

7. Required Skills and Competencies 

  • The consultant or one of the consultant team members should have at least a bachelor’s degree in social sciences;
  • Demonstrated strong experience in conducting end line surveys in the socio- economic area and other related field.
  • Should be fluent in Kinyarwanda, English, and French;
  • Knowledge of Swahili will be an advantage.

8. Application requirements

The Application file must contain:

  • Letter expressing interest to carry out the consultancy service required;
  • CV (s) of the consultant (s);
  • Registration Certificate issued by RDB;
  • RRA VAT Registration certificate;
  • The Proof of EBM possession;
  • A brief proposal written in English describing the background, methodology, and timeline;
  • Certified copies of Academic and Professional qualifications of the Consultant (s).
  • At least 3 Good completion certificates and related contracts from the previous end line survey conducted in area of socio-economic or other similar field (in the last 5 years);
  • Financial proposal (Price quotations).

9. Selection criteria

Applications will be assessed on cost reasonableness (30%) and technical competence (70%).

10. How to apply

Interested candidates with required skills and competencies are required to send their application documents, including technical and financial proposals through the email tenders@caritasrwanda.org no later than the 17th of December 2021 (by 5:00 Pm). Late application will be rejected.

N.B: Financial proposals should precise if all taxes are included or excluded

Done at Kigali on 3rd December 2021

Prepared by

Approved by

NSABIYAREMYE Jean d’Amour

Father TWAGIRAYEZU Jean Marie Vianney

Project Manager

Secretary General Caritas Rwanda






Imyanya 3 y`akazi muri Energy Development Corporation Limited (EDCL) kubantu bize Finance; Accounting;Busness Administration;Administration;Law;Social sciences;Security management cy inbindi bifitanye isano: Deadline:10/12/2021

0

`Click here to read orginal job announcement










 

Abalimu bashyizwe igorora;nibo bonyine bemerewe gusaba akazi ko kuba Umukarani w’ Ibarura Rusange ry’ Abaturage n’ Imiturire (2022 RPHC)

0

Nkuko cyabitangaje mu itangazo ryacyo ryo gutanga akazi riboneka kurubuga rwacyo,Ikigo cy’ Igihugu gishinzwe Ibarurishamibare mu rwanda cyatangaje ko gifatanyije n’ Uturere n’ Imirenge yose y’ Igihugu, gishaka guha Abarimu bo mu mashuri abanza akazi k’ igihe gito ko gukora Ibatura Rusange ry’ Abaturage n’ Imiturire mu Rwanda rizaba muri Kanama 2022.

Iki kigo tikaba cyatangajeko buby`ibanze bizagenderwa mugutanga akazi harimo kuba uri umwalimu kandi wo mumashuri abanza.

Dore ibizagenderwaho byagaragajwe mukuzatanga aka kazi:

  1. Kuba ari Umunyarwanda;
  2. Kuba ari umwarimu wigisha mu mashuri abanza;
  3. Kuba ari indakemwa mu mico no mu myitwarire;
  4. Kuba azi gukoresha smart phone;
  5. Kuba afite ubuzima buzira umuze;
  6. Kuba yiteguye gukora Ibarura Rusange mu mudugudu atuyemo cyangwa undi mudugudu umwegereye.
  7. Kuba nta yindi mirimo azakora guhera tariki ya 19 Nyakanga 2022 kugeza tariki ya 05 Nzeri 2022.

Nkuko bigaragara muri iryo tangazo kandi, gusaba akazi bizakorwa hakoreshejwe ikoranabunga huzuzwa ibisabwa muri Form yabugenewe kandi  usaba akazi akaba yanyura kuri recruitment.statistics.gov.rw; hanyuma akuzuza amakuru akenewe.

Kohereza amakuru yujujwe bizakorwa guhera tariki ya 3 kugera tariki ya 16 Ukuboza 2021; byumvikane ko itariki ntarengwa ari 16/12/2021, saa sita z’ ijoro.

Kanda hano usome itangazo ry`umwimerere

Kanda hano urebe uburyo bwo gusaba aka kazi










 

 

Rwanda Solar Technician at One Acre Fund (Deadline:13 January 2022)

0

About One Acre Fund

Founded in 2006, One Acre Fund supplies 1 million smallholder farmers with the agricultural services they need to make their farms vastly more productive. Our 8,000+ team is drawn from diverse backgrounds and professions. With operations across six core countries in Africa, we make farmers more prosperous by providing quality farm supplies on credit, delivered within walking distance of farmers’ homes, and agricultural training to improve harvests. On average, the farmers we serve harvest 50 percent more food after working with One Acre Fund.

To learn more about our work, take a look at our Why Work Here blog for more information.

About the Role

The Rwanda Solar Technician provides testing, repair, and refurbishment services observing set guidelines. You will also be a key stakeholder in contributing to improving existing processes, implementing those changes, and developing new ones for future products.

Responsibilities

  • Follow the defined workshop processes to ensure the facility operates at its best.
  • Correctly collect, store and deposit back all tested, repaired, and refurbished items utilizing the shelves, cupboards, bins, baskets provided.
  • Support management with accurate spare, component, and consumable stock
  • Support management with accurate consumable stock-keeping including cardboard boxes, plastic polythene bags, wraps, glue, tape.
  • Assist management during high load periods regarding outbound and inbound dispatches.
  • Support Partner field technicians to improve identification of warranty and non-warranty faults.
  • Help update product manuals & repair guides with product testing and product fault-related items.
  • Give technical product training to Partners.
  • Support the Customer Care organization to help them to better understand customer product complaints and provide high-quality service to Customers.
  • Meet test, repair, and refurbishment targets to ensure repaired or replacement products are dispatched quickly to solve customer fault cases
  • Maintain and update Customer Care FAQ with product fault identification-related questions
  • Advise on product improvement by identifying the most common faults.
  • Where necessary, support in New Product Introduction trials
  • You will report to the Product Specialist

Career Growth and Development

We have a strong culture of constant learning and we invest in developing our people. You’ll have weekly check-ins with your manager, access to mentorship and training programs, and regular feedback on your performance. We hold career reviews every six months and set aside time to discuss your aspirations and career goals. You’ll have the opportunity to shape a growing organization and build a rewarding long-term career.

Qualifications

Across all roles, these are the general qualifications we look for. For this role specifically, you will have:

  • Bachelor’s degree in electrical engineering or similar
  • Certificate in Electrical & Electronics Engineering or its equivalent
  • At least 2 years of experience in a similar role
  • Ability to process large amounts of data and written instructions
  • Ability to consider the relative costs and benefits of potential actions, choosing the most appropriate one
  • Organize and plan workload and priorities to meet targets on time and frequently
  • Demonstrate personal initiative
  • Ability to operate in a cross-cultural environment.
  • Fluent in both English and Kinyarwanda, Kiswahili is useful but not mandatory

Preferred Start Date

As soon as possible

Job Location

Kigali, Rwanda

Benefits

Health insurance, paid time off.

Eligibility

This role is only open to citizens or permanent residents of Rwanda.

Application Deadline

13 January 2022

One Acre Fund never asks candidates to pay any money or pay for tests at any stage of the interview process. Official One Acre Fund emails will always arrive from an @oneacrefund.org address. Please report any suspicious communication here (globalhotline@oneacrefund.org), but do not send applications or application materials to this email address.

Diversity, Equity, Inclusion (DEI), and anti-racism are deeply connected to our organization’s mission and purpose. One Acre Fund aspires to build a culture where all staff feel consistently valued, represented, and connected – so that our team can thrive as professionals, and achieve exceptional impact for the farmers we serve.

We are committed to equal employment opportunity regardless of race, color, ancestry, religion, sex, national origin, sexual orientation, age, marital status, disability, gender, gender identity or expression. We are proud to be an equal opportunity workplace.






Itanganzo ry’Akazi k’abakarani b’Ibarura Rusange ry’Abaturage n’Imiturire mu Rwanda -Population & Housing Census 2022: Deadline: 16/12/2021, saa sita z’ ijoro

0

Ikigo cy’ Igihugu gishinzwe Ibarurishamibare mu rwanda, gifatanyije n’ Uturere n’ Imirenge yose y’ Igihugu, Kirashaka guha Abarimu bo mu mashuri abanza akazi k’ igihe gito ko gukora Ibatura Rusange ry’ Abaturage n’ Imiturire mu Rwanda rizaba muri Kanama 2022.

Usaba akazi agomba kuba yujuje ibi bikurikira:

  1. Kuba ari Umunyarwanda;
  2. Kuba ari umwarimu wigisha mu mashuri abanza;
  3. Kuba ari indakemwa mu mico no mu myitwarire;
  4. Kuba azi gukoresha smart phone;
  5. Kuba afite ubuzima buzira umuze;
  6. Kuba yiteguye gukora Ibarura Rusange mu mudugudu atuyemo cyangwa undi mudugudu umwegereye.
  7. Kuba nta yindi mirimo azakora guhera tariki ya 19 Nyakanga 2022 kugeza tariki ya 05 Nzeri 2022.

Gusaba akazi bizakorwa hakoreshejwe ikoranabunga huzuzwa ibisabwa muri Form yabugenewe, Usaba akazi azanyura kuri recruitment.statistics.gov.rw; hanyuma yuzaza amakuru akenewe.

Kohereza amakuru yujujwe bizakorwa guhera tariki ya 3 kugera tariki ya 16 Ukuboza 2021; byumvikane ko itariki ntarengwa ari 16/12/2021, saa sita z’ ijoro.

Bikorewe i Kigali ku wa 24 Ugushyingo 2021.

MURANGWA Yusuf 

Umuyobozi Mukuru.

Kanda hano usabe aka kazi










 

Internal Auditor at RwandAir (Deadline:December.11th 2021 at 4pm)

0

Internal Auditor

RwandAir Limited is the flag carrier airline of Rwanda. It operates domestic and international services to East Africa, Central Africa, West Africa, Southern Africa and the Middle East from its main base at Kigali International Airport.  Our mission is to provide unsurpassed, safe and reliable services in air transportation, including strategically linking Rwanda with the outside world, while ensuring a fair return on investment. As part of the expansion strategy we are looking for interested, qualified and competent candidates to fill the following position:

1. Job Title:                Internal Auditor
2. Reports to:             Chief Internal Auditor
3. Job Purpose:         

To plan, design and conduct in depth internal audit assignments in accordance with RwandAir internal audit plan.  Apply risk and control concepts to scenarios encountered and identify potential issues and ensure potential concerns are addressed in a timely and effective manner.

4. Duties and Responsibilities

  • Perform financial, operational, and compliance audits in accordance with the internal audit program.
  • Assist the Chief Internal Auditor in fulfilment of his/her duties and responsibilities.
  • Review RwandAir practices and records for compliance with established internal policies and procedures.
  • Develop recommendations for improving internal controls, operating efficiency, and the adequacy of RwandAir records and record keeping.
  • Report audit findings and recommendations to appropriate management based on the results of regularly scheduled audits, non-scheduled audits, and at any time when issues need to be addressed by management.
  • Conduct follow-up reviews of financial, operational, or regulatory compliance deficiencies noted during audits.
  • Conduct investigations of irregularities discovered by or brought to the auditor’s attention.
  • Job Requirements, Education and Experience
  • Bachelor Degree in Accounting, Finance, Economics, Management.
  • Plus, one or more of the following professional certifications (i.e. CPA, CIA, ACCA) or currently pursuing one of the above mentioned professional courses.
  • Minimum of 3 years audit experience, having worked in external audit is added advantage.
  • Skills critical to the role:
  • Strong organizational and analytical skills and detail-oriented.
  • Excellent written and verbal communication skills required.
  • Ability to demonstrate excellent interpersonal skills.
  • Ability to observe and understand business processes ensuring processes are documented completely and accurately.
  • Ability to apply international audit standards through practical application.
  • How to apply:
  • An application letter addressed to Director Manager -Human Resources;
  • Recent Curriculum Vitae;
  • Relevant certificates;
  • Notarized copies of Academic diploma, degrees and certificates.
  • A photocopy of Rwanda national identity card;
  • Three referees

The deadline for submitting application documents is December.11th 2021 at 4pm local time

Please send your application on recruitment@rwandair.com

NB:  Only shortlisted candidates will be contacted.





Consultancy to Evaluate social Performance Management for the Institution at Umutanguha Finance Company Plc (Deadline:Wednesday 15th December 2021)

0

CALL FOR PROPOSALS No.002/UFC/2021

UMUTANGUHA Finance Company (UFC) Plc invites interested and qualified professional consultants and other candidates to submit their proposals of consultancy to evaluate social performance management for the institution.

The proposals should be in English and should contain all the details about the technical proposals, their pricing, and other relevant details pertinent to this assignment. The Terms of Reference are available at Umutanguha Finance Company (UFC) Plc starting from today.

Well printed proposals, properly bound and presented in three copies one of which is the original must be at Umutanguha Finance Company Plc, KN2 Avenue Building No. 177 Opposite Kigali Regional Stadium not later than Wednesday 8th December 2021 at 3 pm local time, late proposals will be rejected.

Successful proposals will be contacted not later than Wednesday 15th December 2021.

Done at Kigali, on November 01st 2021

Noel MUHAWENIMANA

Chief Executive Officer






Call for Proposals for the Supply of Office Materials at National Council of Nurses and Midwives (NCNM) (Deadline:31 Décembre 2021 à 10h00)

0

CALL FOR PROPOSALS FOR THE SUPPLY OF OFFICE MATERIALS

The has set aside funds to cover eligible payments under the contract for the supply of office materials.

The Council now invites sealed bids from eligible and interested companies for the supply of office materials.

Eligible bidders may obtain bidding documents from the National Council of Nurses and Midwives Offices upon presentation of bank slip of a non-refundable fee amounting to five thousand Rwandan francs deposited into account N° 00040/00306626/42 opened in Bank of Kigali.

Well-printed and properly bound proposals labelled “TENDER FOR THE SUPPLY OF OFFICE MATERIALS TO THE NATIONAL COUNCIL OF NURSES AND MIDWIVES” must be submitted to the NCNM Administrative Assistant’s office in sealed envelopes, not later than 31st December 2021 at 10:00 am. Late bids will not be accepted.

The opening of bids will take place the same day at 11:00 am. local time in the meeting room of the NCNM, in the presence of bidders or their representatives who wish to witness the public bids opening session.

Interested bidders may obtain further information at the National Council of Nurses and Midwives Offices, Kicukiro, KK 15 Road, 514 Street, House 80; Opp. Kicukiro District Head Offices; Po Box 4259 Kigali; Tel. 0788386969; E-mail: info@ncnm.rw.

Done at Kigali, 1st December 2021

  

KAGABO Innocent

Registrar

NCNM


APPEL À PROPOSITIONS POUR LA FOURNITURE DE MATÉRIEL DE BUREAU

Le Conseil National des Infirmières, des Infirmiers et des Sages-femmes a mis de côté des fonds pour couvrir les paiements éligibles dans le cadre du contrat pour la fourniture du matériel de bureau.

Le Conseil invite maintenant les entreprises admissibles et intéressées à soumettre des offres scellées pour la fourniture de matériaux de bureau.

Les soumissionnaires éligibles peuvent obtenir les documents d’appel d’offres auprès des bureaux des bureaux du Conseil National des Infirmières, Infirmiers et des Sages-femmes sur présentation d’un bordereau bancaire d’un montant non remboursable de cinq mille francs rwandais déposé sur le compte N° 00040/00306626/42 ouvert à la Banque de Kigali.

Les propositions bien imprimées et correctement reliées portant la mention “APPEL D’OFFRES POUR LA FOURNITURE DE MATÉRIEL DE BUREAU AU CONSEIL NATIONAL DES INFIRMIÈRES, DES INFIRMIERS ET DES SAGES-FEMMES” doivent être soumises au bureau de l’Assistante Administrative du NCNM dans des enveloppes scellées, au plus tard le 31 Décembre 2021 à 10h00. Les offres tardives ne seront pas acceptées.

L’ouverture des plis aura lieu le même jour à 11h00, heure locale, dans la salle de réunion du NCNM, en présence des soumissionnaires ou de leurs représentants qui souhaitent assister à la séance publique d’ouverture des plis.

Les soumissionnaires intéressés peuvent obtenir de plus amples informations auprès des bureaux du Conseil National des Infirmières, Infirmiers et des Sages-femmes, Kicukiro, route KK 15, 514 ST, maison Nr.80; En face du Siège social du district de Kicukiro; BP 4259 Kigali; Tél. 0788386969; Email: info@ncnm.rw

Fait à Kigali, le 1er  Décembre 2021

KAGABO Innocent

Registraire

NCNM

 






Terms of Reference for External Auditor at Inkunga Finance Plc (Deadline:Monday 15/12/2021 at 14:30 PM)

0

INKUNGAFINANCE PLC

BP 35 KIBUYE-RWANDA

E-mail: info@inkungafinance.com

www.inkungafinance.com

INVITATION FOR AUDIT SERVICES

INKUNGA FINANCE Plc is dedicated to promoting financial services for quality to small and medium entrepreneurs in order to contribute to their social-economic development and to continue considered as operating self-sufficient institutions. INKUNGA FINANCE Plc conducts its activities of saving and credits in Western province, with Three main Branches and five counters.

Reference to article 13 of official gazette no 16 of 16/04/2018, INKUNGA FINANCE Plc needs an external auditor/Auditing Company to provide external audit services in accordance with International Standards on Auditing (ISA) as well as International Financial Reporting Standards (IFRS). This certification of financial reports should be conducted in a period of three years (2021 to December 2023).

Terms of reference for external auditor

INKUNGA FINANCE would like to recruit a committed and professional external audit company, to certify the financial statements for the year 2021.

With due diligence and professional work, the external auditor will audit and certify financial statements for the year 2021 and issue an independent opinion on their preparation in accordance with International Accounting Standards (IAS) and International Financial Reporting Standards (IFRS) as well as their compliance to any underlying reporting framework.

Thus, the external auditor will among others be vested the following duties:

  • To conduct an annual review of financial statement for the year 2021 in accordance with international standards on auditing (ISA) and any relevant regulation issued by regulators;
  • Express an independent and professional opinion explaining if Inkunga Finance’s financial statements present a fair view in all items;
  • To issue the audit report to management as well as to regulator (BNR) on agreed time;
  • Give feedback to the regulator as appropriate;
  • To assist internal audit department to their assignments and advise them;
  • Ensure timely and proper reporting of any deficiency found during audit and certification of financial statement for the year 2021;
  • Ensure proper communication with the management committee and board of directors’ commissions;
  • To issue a management letter for the annual audit engagement.

Audit performance

As per relevant regulations, the external audit shall conduct his/her work in accordance to international accounting standards (ISA) and International Financial Reporting in the time settled by management and regulators, and certification of financial statement will result in an independent opinion of whether the financial statement of Inkunga Finance Plc present fair view.

Period of audit work

The external audit work is expected in the period of three weeks from the date of contract signature.

Requirement of external auditor company proposed

The external auditor company to be recruited must fulfill the following;

  • To be a member of the Institute of Certified Public Accountant of Rwanda (ICPAR);
  • To prove evidence of being in the current list of Microfinance institution’s external auditors licensed by Central Bank (BNR);
  • To prove experience in auditing services of microfinance institutions in Rwanda (3 Years and above)

Financial evaluation

The price which is relevant to that fixed at management level shall be considered;

All interested candidates are requested to submit a sealed document with mention of” Terms of Reference for external audit “. The bid document shall include the following:

  • A motivation letter addressed to Managing Director of Inkunga Finance Plc;
  • A Copy of certificate for practices issued by Institute of Certified Public Accountant of Rwanda (ICPAR) in good standing;
  • RDB certificate for tax advisory;
  • RRA clearance certificate;
  • Valid certificate of accreditation issued by Central Bank;
  • Names, qualifications, and experiences of engagement third party or Manager.

Kindly remit your sealed bids in the office of Finance and Administrative Director on 15 December 2021.

Bidders or their representatives are invited to take part in the opening session which shall take place on  Monday 15/12/2021 at 14:30 PM. This session shall open, read out the names of bidders and publish the results of a successful bidder.

N:B: Nevertheless, Inkunga Finance has all right to refuse all prices which are above the budget.

 

NSENGIMANA Claudien                              

Manging Director                                       






Tender for Supply of 3 Vehicles at Interpeace (Deadline:December 23, 2021, 14h00)

0

TENDER FOR SUPPLY OF 3 VEHICLES

Background

Interpeace is an international organisation for peacebuilding that strengthens the ability of societies to manage conflict themselves in sustainable and non-violent ways. Interpeace designs and delivers its work tailored to each situation in partnership with local partners and communities, based on extensive consultation and research. Interpeace also ensures that the processes of conflict management and change that it supports are integrated at all levels of society including local communities, civil society, government, and the international community (we call it a ‘Track 6’ approach).

Interpeace was originally established by the United Nations and remains its strategic partner. Beyond field-based peacebuilding, Interpeace also assists the international community – particularly the UN – to be more effective in supporting peacebuilding efforts worldwide. This includes contributing innovative thought leadership on peacebuilding policies and practices.

Interpeace is headquartered in Geneva and has offices around the world.

For more information about Interpeace, please visit www.interpeace.org

Interpeace in Rwanda

Interpeace has been working in Rwanda since 2001. During this time, Interpeace has been working in support of national institutions to strengthen durable peace, through the promotion of social cohesion, social trauma healing, participatory governance, and regional collaboration. In this work, Interpeace has worked with several Civil Society Organisations (CSOs) and is now in the process of developing new multi-year peacebuilding work in partnership with national authorities as well as CSOs.

In recent years, the headline work of Interpeace in Rwanda has been the delivery of two programmes. One has been the Societal Healing and Participatory Governance Programme, focused on group-based trauma healing, and strengthening relations and improving participation of citizens in Imihigo and related processes. The other programme has focused on strengthening the capacity of district level governments to implement participatory governance practices. In addition, Interpeace’s work in Rwanda has been linked to a Great Lakes regional programme focused on fostering strong relations across borders. A new programme commenced in 2020 in collaboration with national authorities and CSOs, focused on strengthening societal mental health and trauma healing capacities, addressing the inter-generational transmission of trauma, and promoting reintegration and cohesion of prisoners with the communities to which they return.

Interpeace is seeking to purchase Tropicalized 3(Three) 4×4 vehicles with the following specifications:

  1. Toyota Hilux-2 vehicles
  2. Technical Specifications

ENGINE

Displacement (cc)

2986

Engine Type

Cylinder in line

Fuel System

External injection

Fuel type

Diesel

Max power HP/rpm

95/4000

Max torque Nm

197/2200

Number of cylinders

4

Valves/cylinder

4

BODY

Body style

Pick-up double cab

Number of doors

4 doors

DIMENSIONS

Dimensions (Lxwxh) in mm

5325 x 1800 x 1815

Ground clearance (mm)

310

Wheelbase (mm)

3085

TRANSMISSION

Gearbox

Manual

Transmission

Part time manual 4×4

WEIGHT/CAPACITIES

Additional fuel tank capacity (L)

Curb weight (kg)

1970

Fuel tank capacity (L)

80

Gross vehicle weight (kg)

2820

Number of seats

6

BRAKES

Front brake

Ventilated discs

Parking brake

Manual

Rear brake

Drums

SUSPENSIONS

Front suspension

Coil type

Rear suspension

Leaf

TYRES

Tyre dimension

205R16C

Equipments

ACTIVE SAFETY

ABS

Yes

Brake assist

Yes

Door unlock alert

Yes

Eletronic Brakeforce distribution (EBD)

Yes

Emergency warning triangle

Yes

Headlamp warning

Yes

Headlamps

Halogen

High position brake lamp

Yes

Immobilizer

Yes

Seatbelt warning

Yes

Side turn lamp

Yes

EXTERIOR

Adjustable side mirrors

Manuals

Bumper – Front&Rear

Body colour

Canvas hood

Yes

Door handles

Black

Door mirrors

Black

Folding side mirrors

Manuals

Front bumpers

Black

Front grill

Black

Mudguars

Rear, Front

Rear bumpers

Body colour

Suspension

Standard

Towing hook

Front

Wheels

Steel with hubcap

Windscreen

Tinted

INTERIOR & COMFORT

Adjustable steering wheel

Height and reach adjustable

Air conditionning

Manual

Car mat

Yes

Central armrest

Front

Connections

Android Auto, Apple CarPlay, USB, Bluetooth

Cup holder(s)

Front

Driver footrest

Yes

Driver seat

Reach adjustable

Front seats

3

Gearshift & Brake lever

Urethane

Inside opener

Fuel lid

Locking glove box

Yes

Loud speakers

2

Plug 12V

1

Power Steering

Yes

Radio

Radio MP3

Room lamps

Yes

Steering wheel

Urethane

Steering wheel audio control

Yes

Sun visor

Yes

Touchscreen

8″ and more

Trip computer

Basic

Upholstery

Vinyl

User guide

English

PASSIVE SAFETY

Airbags

Knees (driver), Passenger, Driver

Fire extinguisher

Yes

Headrests

Rear, Front

ISOFIX fixings

Rear

Number of spare wheels

1

Retractable steering wheel

Yes

Seatbelt pretentioner

Front

Seatbelts – 2nd row

3 x 3 points

Seatbelts – Front

2 x 3 points + 1 x 2 points

Spare wheel

Stee

  1. Technical Specifications for an SUV-4X4

ENGINE

Displacement (cc)

2694

Engine Type

Cylinder in line

Fuel System

Direct injection

Fuel type

Petrol

Max power HP/rpm

166/5200

Max torque Nm

245/4000

Number of cylinders

4

Valves/cylinder

4

BODY

Body style

SUV

Number of doors

5 doors

DIMENSIONS

Dimensions (Lxwxh) in mm

4795 x 1855 x 1835

Ground clearance (mm)

279

Wheelbase (mm)

2745

TRANSMISSION

Gearbox

Automatic

Transmission

Part time manual 4×4

WEIGHT/CAPACITIES

Additional fuel tank capacity (L)

Curb weight (kg)

2025

Fuel tank capacity (L)

80

Gross vehicle weight (kg)

2620

Number of seats

7

BRAKES

Front brake

Ventilated discs

Parking brake

Manual

Rear brake

Ventilated discs

SUSPENSIONS

Front suspension

Coil type

TYRES

Tyre dimension

265/65R17

Equipments

INTERIOR & COMFORT

2nd row seats

Folding 40/60

3rd row seats

Folding

Adjustable steering wheel

Height and reach adjustable

Air conditionning

Automatic

Audio system

JBL

Car mat

Yes

Central armrest

Rear, Front

Central door locking

Yes

Central door locking while driving

Yes

Connections

Android Auto, Apple CarPlay, USB, Bluetooth

Coolbox

Yes

Cup holder(s)

Front, Rear

Driver footrest

Yes

Driver seat

Height and reach adjustable

Front seats

2

Gearshift & Brake lever

Leather

Locking glove box

Yes

Loud speakers

6

Multi-media system

DVD reader – Front

Plug 12V

3

Power seats

Driver & Passenger

Power Steering

Yes

Power windows

Front, Rear

Radio

Radio MP3

Room lamps

Yes

Sequential electric windows

Driver

Sport seats

Yes

Steering wheel

Leather

Steering wheel audio control

Yes

Sun visor

Yes

Sunvisor with mirror

Driver & Passenger

Touchscreen

8″ and more

Upholstery

Leather

User guide

English

Videocamera

Rear

ACTIVE SAFETY

ABS

Yes

Automatic emergency light signal

Yes

Daytime running lights

LED

Demister

Rear windows

Door unlock alert

Yes

Electronic stability control

VSC

Emergency warning triangle

Yes

Fog lamps

Front

Headlamps

Full LED

High position brake lamp

Yes

Hill-start assist control

Yes

Immobilizer

Yes

Seatbelt warning

Yes

Side turn lamp

Yes

Trailer Sway Control (TSC)

Yes

EXTERIOR

Adjustable side mirrors

Electric

Bumper – Front&Rear

Body colour

Door handles

Chrome

Door mirrors

Body colour

Folding side mirrors

Electric

Footboard

Side step

Front bumpers

Body colour

Front grill

Black

Mudguars

Front, Rear

Rear bumpers

Body colour

Roof rail

Yes

Spoiler

Rear

Towing hook

Rear, Front

Wheels

Aluminium

Windscreen

Laminated

PASSIVE SAFETY

Airbags

Driver, Passenger, Knees (driver)

Anti-theft alarm

Yes

Fire extinguisher

Yes

Headrests

2nd row, Rear, Front

Height adjustable lights

Automatic

ISOFIX fixings

Rear

Number of spare wheels

1

Seatbelt pretentioner

Front

Seatbelts – 2nd row

3 x 3 points

Seatbelts – 3rd row

2 x 3 points

Seatbelts – Front

2 x 3 points

Spare wheel

Alloy

  1. Model 2016 or newer
  2. For used cars, valid controle technique
  3. Original paint

 Eligibility and Tender Submission 

Interested potential bidders should submit their signed and stamped bids to the email provided here below on or before December 23, 2021, 14h00 Kigali time.

The bid should include, at a minimum:

  • Company /individual profile
  • Price, inclusive of VAT
  • Billing schedule
  • Delivery period
  • Warranty in months detailing services that can be provided during that period and their cost
  • Support to be provided for register/transfer the car and getting the plate number
  • Period of validity of the tender
  • Certificate of good completion / delivery notes from at least 3 clients

The tenders should contain as title “Tender: Supply of three vehicles – Interpeace Rwanda.”

Any questions or further clarifications, please send these by email to kayinamura@interpeace.org or butare@interpeace.org

Incomplete tenders or tenders received after the deadline will be automatically rejected.






Termes de Reference Pour la Fourniture des Pulverisateurs et des Arrosoirs at INADES Formation Rwanda (IFR) (La date limite: le 13 Décembre 2021 à 10h00)

0

TERMES DE REFERENCE POUR LA FOURNITURE DES PULVERISATEURS ET DES ARROSOIRS.

1.Introduction 

Inades-Formation Rwanda lance un appel d’offres pour la fourniture des pulvérisateurs et des arrosoirs pour les bénéficiaires du projet de “ Promotion de l’Agriculture Familiale au sein des communautés dans les provinces du Sud et de l’Est du Rwanda” sous l’appui financier de Broederlijk Delen (BD)Ces pulvérisateurs et des arrosoirs seront octroyées aux bénéficiaires dudit projet localisés dans les districts de Huye, Nyaruguru et Nyamagabe.

2.PRESENTATION D’Inades-formation rwanda

Inades-Formation Rwanda est une Organisation Non-Gouvernementale de droit rwandais.  Il appartient à un réseau panafricain, Inades-Formation, qui est actuellement implanté dans dix pays : Burkina Faso, Burundi, Cameroun, Congo (RDC), Côte d’Ivoire, Kenya, Rwanda, Tanzanie, Tchad, Togo.

Inades-Formation est l’appellation courante de « Institut Africain pour le Développement Economique et Social – Centre Africain de Formation ».  Inades-Formation Rwanda a été créé en 1976.  Il a obtenu la personnalité juridique par l’Arrêté Ministériel n° 119 du 22 août 1977, revu par l’Arrêté Ministériel n° 75/11 du 18 avril 2006. Depuis le 29 Mai 2013, Inades-Formation Rwanda est reconnu officiellement comme une ONG nationale conformément à la loi N° 04/2012 du 17/02/2012 régissant la création et le fonctionnement des ONGs au Rwanda et a reçu un agrément officiel du Rwanda Governance Board (RGB).

3.VISION d’inades-formation rwanda

La vision d’Inades-Formation Rwanda est de servir le bien commun en vue d’une vie digne pour tous et toutes.

4.Mission d’inades-formation rwanda

La mission d’Inades-Formation Rwanda est de « travailler à la promotion sociale et économique de la population rwandaise en accordant une importance toute particulière à sa participation libre et responsable à la transformation de sa société ».

5.ZONES D’INTERVENTION d’inades formation rwanda

Inades-Formation Rwanda a pour zone d’intervention tout le territoire national. Néanmoins, selon les moyens actuellement disponibles, il mène ses activités dans 19 districts à travers le pays : 6 districts de la Province de l’Est (district de Bugesera, Gatsibo, Kayonza, Ngoma, Rwamagana et Kirehe) ; 5 districts de la Province du Sud (Nyaruguru, Huye et Nyamagabe, Nyanza et Kamonyi) ; 4 districts de la Province de l’Ouest (Karongi, Rutsiro, Nyamasheke et Nyabihu) ; 3 districts de la Province du Nord (Rulindo, Gakenke et Gicumbi) ; ainsi qu’un district de la Ville de Kigali (Gasabo).

6. Langue 

La langue à utiliser dans la correspondance relative à ce marché est soit l’Anglais ou le Français.

7. SpecificationS techniques des PULVERISATEURS ET DES ARROSOIRS

Les spécifications des pulvérisateurs et des arrosoirs se trouvent dans le tableau ci-dessous.

No

Type

Spécifications

Quantité

1

Pulvérisateurs

CP 15

17

2

Arrosoirs

Premier

28

8.Conditions de soumission 

  • Etre une entreprise de vente d’intrants agricoles enregistrée par RDB ;
  • Etre capable de fournir la facture EBM.

9.Dossiers de soumission :

Les dossiers de soumission doivent comprendre :

  1. Un certificat d’enregistrement délivré par RDB ;
  2. Une attestation de non-créance délivrée par RRA
  3. Le prix par unité et le prix total pour les pulvérisateurs et les arrosoirs ;

10. DATE LIMITE DE DEPOT ET OUVERTURE DES OFFRES

La date limite de dépôt des offres est le 13 Décembre 2021 à 10h00, l’ouverture sera faite à 10h30 dans la salle de réunion d’Inades-Formation Rwanda, en présence des soumissionnaires qui le veulent ou de leurs représentants.

 Fait à Kigali, le 2 Décembre 2021

 

Dr KARANGWA Innocent

 Directeur du Bureau National/Inades-Formation Rwanda

Attachment:






AKAZI

4 Job Positions at Mount Kigali University: Deadline:18th May 2026

Mount Kigali University invites applications from suitably qualified, competent, experienced, and highly motivated candidates for the following positions. Click here to visit the source for details (adsbygoogle =...

3 Job Positions at the RWANDA UTILITIES REGULATORY AUTHORITY (RURA): Deadline: 14 May 2026

RURA JOB ADVERTISEMENT 3 Job Positions at the RWANDA UTILITIES REGULATORY AUTHORITY (RURA): (Deadline for submission: 14 May 2026) DATE of advertisement: 01 May 2026 (adsbygoogle = window.adsbygoogle || ).push({}); Background The...

10 Positions of Senior National Immunization and Outbreak Response Officers(AfCDC): Deadline: May 7, 2026

Purpose of Job Africa CDC is a specialized technical institution of the African Union that supports Member States in their efforts to strengthen their health systems. Africa CDC was officially launched on 31 January 2017,...

IMYANYA 10 YA SALESMAN MURI HUMING INTERNATIONAL FACTORY CO.LTD ....

Job Summary: We are looking for a motivated and results-driven Salesman to promote and sell our products. The ideal candidate should be customer-focused and capable of meeting sales targets. Main focus is selling thermos flasks and plastic products.

4 Job Positions at Clinton Health Access Initiative- Rwanda (CHAI) |  Kigali : Deadline: 05-06-2026

Technical Advisor, Digital Health CHAI Rwanda VACANCY ANNOUNCEMENT TITLE: Technical Advisor, Digital Health Program: Health Systems Strengthening Job Location: Kigali, Rwanda Type: Full time paid Start date: Immediately Organizational overview:  The Clinton Health Access Initiative, Inc. (CHAI) is a global health organization committed to our mission of saving...