Reparation of Destroyed Terracing Infrastructures and Completion of Remaining works on Specified Sites: (Deadline: 22 April 2021)

Reparation of Destroyed Terracing Infrastructures and Completion of Remaining works on Specified Sites: (Deadline: 22 April 2021)

Reparation of Destroyed Terracing Infrastructures and Completion of Remaining works on Specified Sites: (Deadline: 22 April 2021)

RFP Number: RFP 2021-03-54
Issuance Date: March 17, 2020
Mandatory Site Visit: March 29, 2021 at Ngororero-Muhanda (from 10:00AM to 12:00PM); March 30, 2021 at Nyabihu-Rurembo (From 9:00 AM to 11:00 AM) and March 31, 2021 at Rutsiro-Manihira (from 10:00 AM to 12:00PM)
Deadline for Questions: Monday, April 19, 2021
Deadline for Offers: Thursday, April 22, 2021
Description: Reparation of destroyed terracing infrastructures and completion of remaining works on specified sites
For: Feed the Future Rwanda Hinga Weze Activity
Funded By: USAID-AID-696-C-17-00001
Implemented By: CNFA
Point of Contact Aaron Gatabazi

KG 28 AV, 7, Kimihurura- Gasabo District

hingaweze@cnfarwanda.org

Section 1: Introduction, Technical Background, and Scope of Work

1.    Introduction:

The Feed the Future Rwanda Hinga Weze Activity (Hinga Weze) is a USAID program implemented by Cultivating New Frontiers in Agriculture (CNFA) in Rwanda. The goal of the Hinga Weze project is to sustainably increase smallholder farmers’ income, improve the nutritional status of Rwandan women and children, and increase the resilience of the agriculture and food systems to the changing climate.

To achieve increased resilience of the agriculture and food systems to the changing climate, Hinga Weze seeks to contract a service provider who is able to provide sustainable land husbandry measures for hillside agriculture on pre-selected sites. These include reparation of destroyed radical terraces, the plantation of trees, shrubs, and grass species, as well as application of lime or travertine and compost/organic manure.

 Offerors are responsible for ensuring that their offers are received by CNFA in accordance with the instructions, terms, and conditions described in this RFP. Failure to adhere with instructions described in this RFP may lead to disqualification of an offer from consideration.

2.    Scope of Work

Hinga Weze wants the reparation of destroyed terracing infrastructures and completion of remaining works in Nyabihu, Rutsiro, and Ngororero.

To provide technical services for the aforementioned technologies on behalf of program beneficiaries, Hinga Weze is looking to contract local experienced service providers. The services will be implemented at the following sites:

 Location of sites for rehabilitation of radical terraces and completion of unfinished works

Lot District Technology Sector Area (ha)
1 Nyabihu Reparation of radical terraces Rurembo 0.8
2 Rutsiro Reparation of radical terraces Manihira 0.2
3 Ngororero Reparation of radical terraces and completion of unfinished works Muhanda 40

 *Please note that applicants must apply for all sites. Partial offers will not be accepted.

3.    Execution and related delivery

The fixed price subcontract is for two months split into 1 month (approximately mid-April – Mid-May 2021) for execution and 1 month (mid-May to mid-June 2021) for required maintenance.

4.    Proposals

Proposals in response to this RFP must be priced on a fixed-price, all-inclusive basis, including design and execution with all deliveries and all other costs. Pricing must be presented in RWF currency. As a USAID-sponsored contractor, CNFA is exempted from being charged import duties and other eligible taxes and therefore, offers must indicate detailed price for items and relevant taxes separately to allow CNFA to

claim for refund from Rwanda Revenue Authority. Offers must remain valid for not less than sixty (60) calendar days after the offer deadline. Offerors are requested to provide quotations on official letterhead or format; in the event this is not possible, offerors may complete the table in Section 4.

5.    Tasks: 

  • The Offeror will ensure the effective and efficient implementation of different land husbandry technologies as per respective technical specifications listed below in Section 9 to the highest standard possible, including any activities to ensure site-specific readiness.
  • The Applicant will provide a plan on how to mobilize and supervise required labor force and facilitate their timely payment through Savings and Credit Cooperatives (SACCOs) or any other microfinance institutions in the area. The Offeror will ensure record keeping for labor through employment cards that are daily task completion-based. A proposal regarding the amount of work (task/worker) to be completed in a single day by a single laborer for each type of activity is to be clearly defined in the methodological approach of the Offeror. The latter shall also provide a systematic methodology on inputs supply chain to targeted beneficiaries.

6.    Source/Nationality/Manufacture:

All goods and services offered in response to this RFP or supplied under any resulting award must meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22CFR §228. The cooperating country for this RFP is Rwanda. Offerors may not source commodities from

any of the prohibited source countries, including: Syria, Cuba, North Korea, or Iran.

7.    Eligibility: 

By submitting an offer in response to this RFP, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. CNFA will not award a contract to any firm that is debarred, suspended, or ineligible by U.S. Government.

 Eligible recipients

Hinga Weze would like to emphasize that applicants that submit applications in response to this RFP must be legally registered entities in Rwanda and must submit registration documents with the application. Formal Hinga Weze support under this solicitation may be extended to local private sector/service providers.

Additional conditions of eligibility

 To be considered eligible for a subcontract, offerors must meet the following eligibility criteria:

  • Be a legally registered Rwandan entity
  • Demonstrate a direct connection to target beneficiaries within Hinga Weze’s targeted zones/preselected sites in a Feed the Future district of Rwanda
  • Be able to demonstrate to Hinga Weze the financial capacity to implement terrace activities without waiting for any payment to be cleared
  • Have organizational objectives which contribute to Hinga Weze’s objectives and results
  • Submit an application responding to Hinga Weze’s requirements and conditions
  • Be committed to adhering to high ethical business standards, including transparency in business dealings and record keeping
  • Be prepared to undertake an independent financial review or audit, as requested
  • Demonstrate ability and/or willingness to update/modify business, financial, and technical records, either manually or electronically, to ensure compliance with Hinga Weze recording requirements, as requested
  • Ensure compliance with relevant environmental protection requirements
  • Certify that the organization/individual is not debarred, suspended, or proposed for debarment from receipt of USG funds

If the application passes the evaluation, applicants must meet the following eligibility criteria:

  • Complete and pass a site-visit of previously completed assignments of similar scope (as requested) and pre-award assessment
  • Agree to and sign applicable certifications, such as the Certification Regarding Lobbying; Certification Regarding Terrorist Financing; Prohibition on Assistance to Drug Traffickers; and Certification of the Recipient
  • Agree to the terms and conditions of the Mandatory Standard Provisions and Required as Applicable Provisions for Non-US NGOs, if applicable

Ineligible activities and unallowable costs

 Applicants may NOT use subcontract funds for any of the following:

  • Private ceremonies, parties, celebrations, or “representation” expenses
  • Purchases of restricted goods, which include agricultural commodities, motor vehicles, pharmaceuticals, pesticides, used equipment, or fertilizers, without the prior waiver and approval provided by Hinga Weze. In accordance with the Hinga Weze Initial Environmental Examination, procurement of seeds or seedlings of non-native or invasive species will require additional approval from USAID/BEO
  • Ineligible goods under USAID regulations, including but not limited to: military equipment; surveillance equipment; police or law enforcement equipment; abortion equipment and services; weather modification equipment; luxury goods; and gambling equipment
  • Any purchases or activities deemed unnecessary to accomplish subcontract purposes as determined by Hinga Weze, including any applicant headquarters’ expenses that are not directly linked to the implementation of the proposed project
  • Previous obligations and/or bad debts
  • Fines and/or penalties
  • Creation of endowments
  • Indirect costs such as, but not limited to, overhead or indirect fringe, unless the applicant has documented proof of such rates through audits or USAID-issued NICRA
  • Any other costs unallowable per 2 CFR 200 Subpart E – Uniform Administrative Requirements, Cost Principles, for Federal Awards
  • Fee or profit of any kind.

8.    Award and Payment: 

The subcontract will be awarded to the offeror whose quotation represents the best value to the project. Any award and payment resulting from this RFP is anticipated to be in the form of Fixed Price subcontract. This award is subject to the Feed the Future Rwanda Hinga Weze Activity’s terms and conditions as stipulated in Annex 7.

9.    Technical Specifications: 

Deliverable: Number of hectares (ha) of terraces rehabilitated, improved radical terraces developed, or radical terraces valorized as described in tables below:

DESCRIPTION AND TECHINICAL SPECIFICATIONS – NYABIHU

No Description and Specifications Units Qty/ha Number of ha Total Qty  Unity cost  Total cost
I Field equipment            
1 Rent GPS for mapping the area before and after treatment Number  1  0.8 1
Sub/Total                   –  
II Site topographic Survey (pegging)            
1 Pegging/casual laborers Ha  0.8 0.8
Sub/Total            
III Reparation of radical terraces            
1 Reparation/construction/casual laborers for cutting, filling and levelling. Pegging should consider the existing terraces. Severely destroyed areas should be stabilized by local live tree species such as Erythrina abyssinica (Umuko), Euphorbia tirucallii (Umuyenzi)… Ha  0.8 0.8
Sub/Total            
VI Protection by stabilizing risers and collapsed places with grasses. The upper part of the terrace risers and the whole area of collapsed places is planted with pennissetum sp (notch area excluded). The planting of grasses is 25 cm between plants and 25 cm between rows of plants.

 

The plantation should be done in a staggered fashion to properly cover the riser or the collapsed places.

           
1 Purchase pennissetum cuttings Pces  29,760  0.8 23,808  
2 Planting grasses on risers and collapsed places/labor m  1,860  0.8 1,488
Sub/Total            
VII Stabilization of risers with forestry trees/labor. Agro-forestry trees should be planted on the junction of the upper part (compacted soil from filling) and the lower part of embankment (cutting).

 

The spacing between trees should be 10m.

Trees to plant are: Alnus acuminata or Alnus nepalensis.

 

Tree seedlings must be produced in polythene bags or other available bags. Only strong and healthy seedlings with at least 20 cm high are acceptable.

           
1 Purchase tree seedlings Pces 200  0.8 160
2 Plantation of tree seedlings Pces 200  0.8 160
Sub/Total            
VII Maintenance of trees, shrubs and grasses for one month            
  Sub/Total            
XI Indirect Cost (10%) Ls  
  Other costs (If any)    
  VAT    
Grand Total Activity + Indirect Cost Other costs+ VAT (In RWF)            

 DESCRIPTION AND TECHINICAL SPECIFICATIONS – RUTSIRO

No Description and Specifications Units Qty/ha Number of Ha Total Qty  Unity cost  Total cost
I Field equipment            
1 Rent GPS for mapping the area before and after treatment Number  1  0.2 1
Sub/Total                   –  
II Site topographic Survey (pegging)            
1 Pegging/ Casual labors Ha  0.2 0.2
Sub/Total            
III Reparation of radical terraces            
1 Reparation/construction/casual laborers for cutting, filling, and levelling. Pegging should consider the existing terraces. Severely destroyed areas should be stabilized by local live tree species such as Erythrina abyssinica (Umuko), Euphorbia tirucallii (Umuyenzi)… Ha  0.2 0.2
Sub/Total            
VI Protection by stabilizing risers and collapsed places with grasses. The upper part of the terrace risers and the whole area of collapsed places is planted with pennissetum sp (notch area excluded). The planting of grasses is 25 cm between plants and 25 cm between rows of plants.

 

The plantation should be done in staggered fashion in the way to cover properly the riser or the collapsed places.

           
1 Purchase pennissetum cuttings. Pces  29,760  0.2 5,952  
2 Planting grasses on risers and collapsed places /labor m  1,860  0.2 372
Sub/Total            
VII Stabilization of risers with agroforestry trees/labor. Agro-forestry trees and should be planted on the junction of the upper part (compacted soil from filling) and the lower part of embankment (cut).

The spacing between trees should be 10m.

 

Trees to plant are: Alnus acuminata or Alnus nepalensis. Tree seedlings must be produced in polythene bags or other available bags. Only strong and healthy seedlings with at least 20cm high are acceptable.

           
1 Purchase tree seedlings Pces 200  0.2 40
4 Plantation of tree seedlings Pces 200  0.2 40
Sub/Total            
VII Maintenance of trees, shrubs, and grasses for one month            
  Sub/Total            
XI Indirect Cost (10%) Ls  
  Other costs (If any)    
  VAT    
Grand Total Activity + Indirect Cost Other costs+ VAT (In RWF)            

 DESCRIPTION AND TECHINICAL SPECIFICATIONS – NGORORERO

No Description and Specifications Units Qty/ha Number of Ha Total Qty  Unity cost  Total cost
I Field equipment            
1 Rent GPS for mapping the area before and after treatment of repaired area Number  1  0.2 1
Sub/Total                   –  
II Site topographic Survey (pegging)            
1 Pegging/Casual laborers Ha  0.2 0.2
Sub/Total            
III Reparation of radical terraces            
1 Reparation/construction/casual laborers for cutting, filling and levelling. Pegging should consider the existing terraces. Severely destroyed areas should be stabilized by local live tree species such as Erythrina  abyssinica (Umuko), Euphorbia tirucallii (Umuyenzi)… Ha  0.2 0.2
Sub/Total            
VI Protection by stabilizing risers and collapsed places with grasses. The upper part of the terrace risers and the whole area of collapsed places is planted with pennissetum sp (notch area excluded). The planting of grasses is 25 cm between plants and 25 cm between rows of plants.

 

The plantation should be done in a staggered fashion in the way to properly cover the riser or the collapsed places.

           
1 Purchase pennissetum cuttings. Pces  29,760  0.2 5,952  
2 Planting grasses on risers and collapsed places /labor m  1,860  0.2 372
Sub/Total            
VII Stabilization of risers with agroforestry trees and shrubs/Labor. Agro-forestry trees and shrubs should be planted on the junction of the upper part (compacted soil from filling) and the lower part of embankment (cutting).

The spacing between trees should be 10m, the spacing between two shrubs is 2m.

Trees to plant are: Alnus acuminata or Alnus nepalensis. Shrubs to plant are Calliandra sp. Tree seedlings must be produced in polythene bags or other available bags. Only strong and healthy seedlings with at least 20cm high are acceptable.

           
1 Purchase tree seedlings Pces 200  26.4 5280
2 Purchase shrub seedlings Pces 1,000 40 40,000
3 Plantation of shrubs and tree seedlings Pces 1,250 40 45,280
Sub/Total            
1 Buy, transport, and distribute good quality organic manure. The farmyard manure or compost decomposed at 80% is acceptable. The manure from dumping sites is automatically rejected. Ton 10 3.8 38
Sub/Total            
VII Maintenance of trees, shrubs and grasses for one month            
  Sub/Total            
XI Indirect Cost (if any)  
  Other costs (If any)    
  VAT (    
Grand Total Activity + Indirect Cost Other costs+ VAT (In RWF)            

 * If any specifications are altered, the applicant is required to provide clear justification.

 Maximum service delivery time (after receipt of order): 30 calendar days for execution and one month of maintenance.

 Payment terms: 90% upon completion of sites and 10% after maintenance period. Each payment will be executed within 30 calendar days from acceptance of service delivery.

N.B.: After-sale service: The successful offeror is required to provide a one-month terrace maintenance period counted from the completion date of terraces rehabilitation phase. During this period the subcontractor should replace all damaged agroforestry and shrubs.

Section 2: Instructions to Offerors

2.1 Offer Deadline and ProtocolOffers must be received no later than 5:00pm, Kigali, on Thursday, April 22, 2021. Applications should be submitted electronically by email only to: hingaweze@cnfarwanda.org. Offers received after the specified time and date will be considered only at the discretion of CNFA. The cover page of this solicitation summarizes the important dates of the solicitation process. Offerors must strictly refer to the RFP number and follow the provided deadlines to be considered for award.

2.2 Site visit: As part of this RFP, Applicants will have the opportunity to visit the pre-selected terracing sites. The site visits are compulsory. The site visits are opportunities for Offerors to observe physical features of the sites for Reparation of destroyed terracing infrastructures and completion of remaining works on specified sites. It is also an opportunity for Offerors to ask for any additional information. The site visit calendar is shown in the below table:

Lot District Activity Sector Cell Village Area (ha) Date Time
1 Ngororero Radical terraces Muhanda Mashya Kagano 40 March 29, 2021 10:00 AM
2 Nyabihu Reparation of radical terraces Rurembo Gahondo Gahoko and Gitenga 0.8 March 30, 2021  9:00 AM
3 Rutsiro Reparation of radical terraces Manihira Muyira Rufungo 0.2 March 31, 2021 10:00 AM
Total 41

All interested Offerors will have to respect the calendar above. Please email hingaweze@cnfarwanda.org to confirm your intent on visiting the site. The departure will be at the field office of Hinga Weze in respective districts.

Expected outputs after the site visits will include but are not limited to the following:

  • Propose a detailed sustainable and environmental design for construction of radical terraces or the rehabilitation and valorization of existing terraces at the intended for the offer,
  • Proposed improved methodologies for implementation of varied land husbandry technologies with regard to agro climatic zonation, slope category, crop cover resilience, etc.;
  • Proposal for detailed Bills of Quantities (BoQs);
  • Provide experienced key technical personnel for the supervision of field activities,
  • Detailed realistic implementation plan

Offerors are requested to provide a proposal with required quantities (BoQs) but not limited to the information below on official letterhead or official proposal format. Please note that unless otherwise indicated, stated techniques are for illustrative description only. An equivalent substitute, as determined by the specifications, is acceptable.

2.3. Questions

Questions regarding the technical or administrative requirements of this RFP may be submitted no later than 5:00 PM/Kigali time on Monday, April 19, 2021 by email to grants@cnfarwanda.org and hingaweze@cnfarwanda.org. Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification – and the responses thereto – that CNFA believes may be of interest to other offers will be circulated to all RFP recipients who have indicated an interest in bidding on or about April 21, 2021.

Only the written answers issued by CNFA will be considered official and carry weight in the RFP process and subsequent evaluation. Any verbal information received from employees of CNFA or any other entity should not be considered as an official response to any questions regarding this RFP.

2.4 Evaluation and Award:

The award will be made to a responsible Offeror whose offer follows the RFP instructions, meets the eligibility requirements, and is determined via Trade-Off Analysis to be the best value based on application of the below evaluation criteria. Best value determination will consider both technical and financial proposals, i.e., the best approach and anticipated results in combination with a reasonable cost. Proposed costs must reflect and clearly match the degree of sophistication of the technical approach.

By focusing on the following criteria:

Factor Description Weight
Technical Approach

 

 

  • How well the applicant defines the Technical Assistance, and how the proposed technical approach meets the current best practices in terracing activity implementation
  • To what extent the proposed Technical Assistance in terracing will equally benefit women, men, and youth
  • How the applicant aligns the technical approach with the Hinga Weze Environmental Mitigation and Management Plan (EMMP)
  • The feasibility of the proposed monitoring and evaluation plan during the entire subcontract implementation period
  • The monitoring and evaluation plan: Cost effectiveness and realism (budget), feasible implementation plan and a clear monitoring and evaluation plan
30
Management of Personnel and Resources
  •  The relevant background of proposed management personnel
  •  Feasibility and effectiveness of the proposed Labor Resources Mobilization Plan
25
Past Performance
  • The applicant’s experience in successfully conducting similar activities
  • The applicant’s demonstrated organizational and financial capacity to meet the demands of implementing a subcontract
20

 

Budget
  •   The reasonability and completeness of the applicant’s proposed budget for implementing the subcontract
25
TOTAL 100

It is anticipated that the award will be made solely on the basis of these original proposals. However, CNFA reserves the right to conduct any of the following:

  • CNFA may conduct negotiations with and/or request clarifications from any offeror deemed to be the best prior to award;
  • While preference will be given to offerors who can address the full technical requirements of this RFQ, CNFA may issue a partial award or split the award among various suppliers, if in the best interest of the Feed the Future Rwanda Hinga Weze Activity;
  • CNFA may cancel this RFQ at any time or reject all bids at its discretion.

Please note that if there are deficiencies regarding responsiveness to the requirements of this RFP, an offer may be deemed “non-responsive” and thereby disqualified from consideration. CNFA reserves the right to waive immaterial deficiencies at its discretion.

CNFA anticipates awarding a Fixed Price Sub-Contract to the successful Offeror(s).

2.5 Cost Proposal: Pricing must be presented in RWF.  Offers must remain valid for not less than 60 days’ calendar days after the offer deadline. Offerors are requested to provide offers on official letterhead in accordance with the format provided in Annex 4.

Offerors must include lime and compost. Offerors must also specify prices without VAT and amount of VAT Separately (if applicable) and total amount all taxes included

2.6 Offer Format Instructions: All proposals must be formatted in accordance with the below requirements:

  • English language only
  • Include the individual/agency/organization name, date, RFP number, and page numbers as a header or footer throughout the document.

A full proposal will include the following documents:

  • A proposal offer checklist (Annex 1)
  • A cover letter on company letterhead, signed by an authorized representative of the Offeror (Annex 2)
  • A complete Technical Proposal in response to the evaluation criteria in Section 2.4 and in the format provided in Annex 3, 5, and 6.
  • A complete Cost Proposal in response to the terms of Section 2.5, the evaluation criteria in Section 2.4, and in the format provided in Annex 4.
  • A copy of the Offeror’ s business license, or, if an individual, a copy of his/her identification card.
  • Three (3) contacts for references from organizations/individuals for which the Offeror has successfully performed similar work.
  • Proof of financial capacity to execute this tender of Nyabihu-Rurembo, Rutsiro-Manihira, Ngororero-Muhanda price that will allow the offeror to subcontract activities without waiting for any payment to be c

Annex 1 – Offer Checklist and Submission Instructions

To assist Offerors in preparation of proposals, the following checklist summarizes the documentation to include an offer in response to this RFP:

  •  An offeror Checklist (Annex 1)
  •  Cover letter on company letterhead, signed by an authorized representative of the Offeror (see Annex 2 for template)
  • Technical Proposal (see Annex 3,5, 6 for templates)
  • Cost Proposal (See Annex 4 for template)
  • Copy of Offeror’s registration or business license, or, for individuals, a copy of his/her identification card
  • Three (3) contacts for references from organizations/individuals for which the Offeror has successfully performed similar work (specifically terracing related works)
  •  Proof of financial capacity to execute this tender of Nyabihu-Rurembo, Rutsiro-Manihira, Ngororero-Muhanda price that will allow the offeror to implement subcontract activities without waiting for any payment to be cleared.

Annex 2 – Offeror Cover Letter

The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the Offeror:

To: Hinga Weze Activity

CNFA offices located at KG 28 AV, 7 Kimihurura

Gasabo District, P.O. Box1270 Kigali.

Reference:       RFP no. 2021-03-54

To Whom It May Concern:

We, the undersigned, hereby provide the attached offer to perform all work required to complete the activities and requirements as described in the above-referenced RFP. Please find our offer attached.

We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFP. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are eligible to participate in this procurement under the terms of this solicitation and under USAID regulations.

Furthermore, we hereby certify that, to the best of our knowledge and belief:

  • We have no close, familial, or financial relationships with any CNFA or Hinga Weze project staff members;
  • We have no close, familial, or financial relationships with any other offerors submitting proposals in response to the above-referenced RFP; and
  • The prices in our offer have been arrived at independently, without any consultation, communication, or agreement with any other Offeror or competitor for the purpose of restricting competition.
  • All information in our proposal and all supporting documentation is authentic and accurate.
  • We understand and agree to CNFA’s prohibitions against fraud, bribery, and kickbacks.
  • We understand and agree to CNFA’s prohibitions against funding or associating with individuals or organizations engaged in terrorism or trafficking in persons’ activities.

We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete.

 

Authorized Signature:___________________________

Name & Title of Signatory: ___________________

______________________________________

 

Date:______________________________

Company Name:____________________________
Company Address:_____________________________  

Telephone: ________________________

 

Website:_________________________

Company Registration or Taxpayer ID Number: ______________________________________________ Does the company have an active bank account? (Y/N):__________________________
 

Official name associated with the bank account (for payment): ___________________________________________________________________________

Annex 3 – Technical Proposal

  1. Technical Approach (30 points)
  2. Description: In 1,000 words or less, describe your overarching approach to conducting the required land husbandry construction and/or rehabilitation. Define how you would assess the sites, and how you would approach the construction and/or rehabilitation. Describe the equipment used.
  3. Deliverables Schedule

The successful Offeror shall submit the deliverables described in Section 1.5 in accordance with a realistic deliverables schedule, as defined by the Offeror, and outlined below:

  1. Management of Personnel and Resources (25 points)

In 1,000 words or less, list the team members who will participate in the activities and detail their experience and qualifications (attach CVs). Please include who will manage the team, how the activities will be monitored, what company resources will be used, and any partner organizations you propose to work with. In addition, please include a plan on how you will recruit the required day laborers and the payment structure for their work.

Annex 4 – Cost Proposal (25 points)

The table in section 9 above contains the technical requirements of the commodities/services. Offerors are requested to provide quotations containing the information in section 9 on official letterhead or official quotation format. In the event this is not possible, Offerors may complete that section 9 and submit a signed/stamped version to Hinga Weze.

 Annex 5 – Staff Background/ experience

Provide background on all personnel who would be part of the bid. Add more lines if necessary. Provide evidence for experienced key technical personnel including but not limited to soil and water management, soil science and environmental management, agroforestry

Name Position Education Level Job Description Other
         
         
         
         

Annex 6 – Past Performance (20 points):

Please provide a summary of experience in the successful conduction of four similar activities and key contact of your referees.

Annex 7 – CNFA Terms and Conditions

7.1 Ethical and Business Conduct Requirements: CNFA is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit.

CNFA does not tolerate fraud, collusion among Offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector General.

Employees and agents of CNFA are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift, gratuity, the object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to USAID and the Office of the Inspector General. In addition, CNFA will inform USAID and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, gratuity, the object of value or compensation to obtain business.

Offerors responding to this RFP must include the following as part of the proposal submission:

  • Disclose any close, familial, or financial relationships with CNFA or project staff. For example, if an Offerors cousin is employed by the project, the Offeror must state this.
  • Disclose any family or financial relationship with other Offerors submitting proposals. For example, if the Offerors father owns a company that is submitting another proposal, the Offeror must state this.
  • Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or agreement with any other Offeror or competitor for the purpose of restricting competition.
  • Certify that all information in the proposal and all supporting documentation are authentic and accurate.
  • Certify understanding and agreement to CNFA’s prohibitions against fraud, bribery, and kickbacks.

Please contact Mr. Dan Gies at dgies@cnfa.org with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to CNFA at to FraudHotline@cnfa.org.

7.2 Terms and Conditions: This solicitation is subject to CNFA’s standard terms and conditions. Any resultant award will be governed by these terms and conditions; a copy of the full terms and conditions is available upon request. Please note the following terms and conditions will apply:

  • CNFA’s standard payment terms are net 30 days after receipt and acceptance of any commodities or deliverables. Payment will only be issued to the entity submitting the offer in response to this RFP and identified in the resulting award; payment will not be issued to a third party.
  • No commodities or services may be supplied that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.
  • Any international air or ocean transportation or shipping carried out under any award resulting from this RFP must take place on U.S.-flag carriers/vessels.
  • United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The supplier under any award resulting from this RFP must ensure compliance with these laws.
  • United States law prohibits engaging in any activities related to Trafficking in Persons. The supplier under any award resulting from this RFP must ensure compliance with these laws.
  • The title to any goods supplied under any award resulting from this RFP shall pass to CNFA following delivery and acceptance of the goods by CNFA. Risk of loss, injury, or destruction of the goods shall be borne by the offeror until title passes to CNFA.

7.3 Disclaimers: This is a Request for Proposals only. Issuance of this RFP does not in any way obligate CNFA, Hinga weze Activity, or USAID to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer. In addition:

  • CNFA may cancel RFP and not award;
  • CNFA may reject any or all responses received;
  • Issuance of RFP does not constitute award commitment by CNFA;
  • CNFA reserves the right to disqualify any offer based on offeror failure to follow RFP instructions;
  • CNFA will not compensate offerors for response to RFP;
  • CNFA reserves the right to issue award based on initial evaluation of offers without further discussion;
  • CNFA may negotiate with short-listed offerors for their best and final offer;
  • CNFA reserves the right to order additional quantities or units with the selected offeror;
  • CNFA may reissue the solicitation or issue formal amendments revising the original RFP specifications and evaluation criteria before or after receipt of proposals;
  • CNFA may modify the specifications without issuing a formal notice to all offerors when the revisions are immaterial to the scope of the RFP;
  • CNFA may choose to award only part of the activities in the RFP, or issue multiple awards based on multiple RFP activities;
  • CNFA reserves the right to waive minor proposal deficiencies that can be corrected prior to award determination to promote competition;
  • CNFA may will contact all offerors to inform them whether or not they were selected for award;

In submitting a response to this RFP, offerors understand that USAID is not a party to this solicitation and the offeror agrees that any protest hereunder must be presented – in writing with full explanations – to the Hinga Weze Activity for consideration. USAID will not consider protests regarding procurements carried out by implementing partners. CNFA, at its sole discretion, will make a final decision on any protest for this procurement.

7.4 Source/Nationality/Manufacture: All goods and services offered in response to this RFP or supplied under any resulting award must meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228. The cooperating country for this RFP is Rwanda.

Offerors may not offer or supply any commodities or services that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.

7.5 Eligibility: By submitting an offer in response to this RFP, the Offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. CNFA will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.

7.6 Delivery: If applicable, the delivery location for the items described in this RFP is as detailed in the technical specifications. As part of its response to this RFP, each offeror is expected to provide an estimate (in calendar days) of the delivery timeframe (after receipt of order). The delivery estimate presented in an offer in response to this RFP must be upheld in the performance of     any resulting contract.

7.7 After-sale service: The successful offeror is required to provide a one month terraces maintenance period counted from the completion date of terraces rehabilitation phase. During this period, the subcontractor should replace all damaged agroforestry and shrubs.





CLICK HERE TO JOIN MUCURUZI.COM WHATSAPP BUSINESS GROUP





Kindly Note

All Jobs and Opportunities Published on mucuruzi.com are completely free to apply. A candidate should never pay any fee during the recruitment Process. Even if mucuruzi.com does its best to avoid any scam job or opportunity offer, a job seeker or an opportunity seeker is 100% responsible of applying at his own risk.
Check well before applying, if you doubt about the eligibility of any offer do not apply and notifie to mucuruzi.com via this email: mucuruzi2016@gmail.com and remember to never pay any fee to have a job or get any opportunity, if you do so, do it at your own risk.








WELCOME TO OUR WHATSAPP GROUP

Related posts

Leave a Reply