request for proposals - job in rwanda details files/rfp... · usaid/rwanda hinga weze activity page...
TRANSCRIPT
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 1 of 13 V1 – May 2019
RFP Number: RFQ No HW-2019-05-07
Issuance Date: May 14, 2019
Deadline for Questions: May 24, 2019 at 1:00 PM local time
Deadline for Offers: May 30, 2019 at 4:00 PM local time
Description: Technical Assistance Facility for Supplier and Aggregation Capacity
Development of (Micro Small & Medium Enterprises (MSMEs) and
(Farmers Organizations (FOs) involved in Hinga Weze Interventions
For: USAID/Rwanda Feed the Future Hinga Weze Activity (Hinga Weze)
Funded By: United States Agency for International Development (USAID)
AID-696-C-17-00001
Implemented By: Cultivating New Frontiers in Agriculture (CNFA)
Point of Contact Mr. Aaron Gatabazi
Operations and Procurement Manager
Kimihurura, former RPF secretariat on KG 28 Avenue No. 7, Kigali,
Rwanda
Section 1: Introduction, Technical Background and Scope of Work
Introduction: The Hinga Weze (HW) activity is a USAID program implemented by 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. The program is comprised of the following three interrelated components:
Component 1: Increasing agricultural productivity
Component 2: Increasing farmers’ access to markets
Component 3: Improving nutritional outcome of agriculture interventions
In its first year of implementation, Hinga Weze provided a series of Business Development Services (BDS)
to 225 targeted cooperatives, 56 Aggregators/Small &Medium Enterprises (SMEs), and 242 agro-dealers
to assist them in adopting good management practices. However, it was revealed that the major setback for
the majority of cooperatives and SMEs in HW zones of interventions that need to be tackled in Year 2 are
i) lack of proper management tools and systems in place; ii) management challenges within supply chains
and inefficient aggregation models, governance/accountability; iii) limited financial literacy to access loans;
iv) limited access and low adherence to formal supply contracts; and v) very low value proposition to
farmers (especially for frontline extension providers and agro-dealers).
To address the root causes of these issues, HW is requesting proposals from technical assistance facilities
(service providers) to provide high quality, proximity-based services to target beneficiaries (see list below),
to address identified gaps as summarized below:
Target Beneficiaries Technical Assistance/Business Development Services Needs
Agro-Input dealers’
cooperatives (including seeds,
lime producers)
-Business plan, -Record keeping, financial management, Membership & shares,
Cooperative management, Leadership
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 2 of 13 V1 – May 2019
Aggregators SMEs -Promote innovative aggregation and post-harvest business models among
agribusiness clusters members
Farmer Promoters/FFS
Facilitators’ Cooperatives
-Cooperative professionalization, financial management, Cooperative
management, Leadership, Business plan
-Awareness & Business ideas creation, assist cooperative start up to get Rwanda
Cooperative Agency (RCA) certification, Cooperative management
Equipment Suppliers SMEs -Training of Trainers for Irish Potato Post Harvest Handling and Storage
-Provide BDS Assistance to Equipment Suppliers and other entrepreneurs
(Youth & Women) to deliver post-harvest handling and storage (PHHS)
Services through innovative business models
- Technical Training in Innovative Low Cost and Labour saving PHH
Technologies and Equipment for Suppliers and technical and vocational
educational training (TVET)/Incubation Centers
Farmers Cooperatives - Awareness & Business ideas creation, assist cooperative start up to get RCA
certification (for newly formed coops), Cooperative management
Training of leadership members in farming as business and financial literacy
Cooperative professionalization, financial management, Cooperative
management, Leadership, Business plan, Aggregation structures, Quality
management
Farmers Group -To become business-oriented Producer Cooperatives that also aggregate
harvest
Awareness & Business ideas creation, assist cooperative start up to get RCA
certification, Cooperative management
Water Users’ Associations Awareness & Business ideas creation, assist WUA start up to get registration
with relevant institutions
To become viable business oriented WUAs that are self-reliant with sustainable
operations and maintenance
Embedded BDS extension
Provision to HW Grantees
-Provision of BDS technical assistance to HW grantees in a variety of areas,
including business management and technology trainings, support for
development of business plans and marketing strategies, facilitating market
access, and more.
Objective:
The services should focus on assisting MSMEs to competitively aggregate output from, and/or supply
inputs/equipment/extension services to, smallholder farmers. Specifically, the solicitation will support
successful offeror(s) to do one or more of the following:
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 3 of 13 V1 – May 2019
1.1. Increase business capability to deliver quality products and services under formal buying
arrangements with identified buyers,
1.2. Improve supply chain efficiency through promoting better aggregation and distribution [business]
models and marketing practices in the business operations.
1.3. Mentor start up business entities (farmer groups, cooperatives, youth/women SMEs, village agents)
in improving their business management practices and governance structures towards formalization
and business sustainability,
1.4. Facilitate targeted cooperatives and SMEs to make strategic investments by accessing finance
where appropriate and become more reliable to buyers and financial institutions.
1.5. Creating adoption of standardized business processes and related management documents and
tools.
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.
1.2: Scope of Work/Tasks: Fixed Price Subcontracts will be awarded to successful offerors(s) to
achieve one or more of the above-mentioned objective(s) through implementing the following key
services and activities. The offers may submit their proposals for implanting one or many of the following
tasks:
Task 1 - Cooperative Development Assistance to Agro-dealers and Seed Producers’ Cooperatives.
o Target Eligible Applicants: Successful offeror(s) whose goal is to expand farmers’ access
to services and products from agro-dealers and seed producers.
o Activities: Examples of these services including supporting agro-dealer cooperatives to
offer better wholesale services to individual agro-dealer members through development of
operational and bankable business plans linked to growth strategies, record keeping
systems, financial management, membership and shares, and Cooperative Leadership.
o Minimum Requirement: Successful applicants must (1) target a minimum of 10 agro-
dealers’ cooperatives during the life of the subcontract (1.5-2 years), AND (2) offer
services located in the 10 districts of HW zones of influence.
Task 2 - Capacity Development in Commodity Aggregation and Supply chain management.
o Target Eligible Applicants: Successful offeror(s) will provide capacity development to
aggregators, marketing cooperatives, village agents and/or traders,
o Activities: Examples of these services include supporting innovative aggregation and post-
harvest business models as well as best business management practices and quality
assurance.
o Minimum Requirements: Successful offeror(s) must (1) target a minimum of 210 SMEs
involved in aggregation business across maize, beans/High Iron Beans, Irish potato,
Orange Fleshed Sweet Potato, and horticulture over the life of the contract (1.5-2 years),
AND (2) offer services located in the 10 Hinga Weze districts.
Task 3 - Establishment and formalization of business-oriented extension services.
o Target Eligible Applicants: Successful offeror(s) will provide extension services to create
sustainable incentives for farmer promoters (FPs), farm field school (FFS) facilitators and
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 4 of 13 V1 – May 2019
Saving Group Facilitators.
o Activities: Examples of services to the community-based volunteers (CBVs) include but is
not limited to (1) training and coaching with focus on group dynamics, cooperative
formation, cooperative professionalization, financial management, cooperative
management, and leadership; (2) coaching on business idea creation to business
opportunities that lie in extension, input distribution, and/or commodity aggregation;
and/or (3) providing mentorship for the newly created cooperatives throughout the Rwanda
Cooperative Agency (RCA) certification process and/or Farmer Promoters’ Fund.
o Minimum Requirements: Successful offeror(s) must (1) target a minimum of six farmer
groups working in terraced sites in Karongi, Nyamasheke, Nyabihu, Nyamagabe,
Ngororero, and Rutsiro,10 FFSs,138 FPs, and 60 farmer’s cooperatives, all totaling 214.
Task 4 - Technical and BDS Support to Equipment Suppliers.
o Target Eligible Applicants: successful offeror(s) will provide technical and BDS assistance
to equipment suppliers involved in irrigation, mechanization, and PHHS
o Activities: Examples of these services include (1) improving business models for
delivering PHHS Services and low cost equipment through innovative distribution models
that expand their outreach to users (farmers), RSB compliant equipment manufacturing,
and related business management aspects; training of village service agents (of Equipment
suppliers and/or of aggregators; AND/ (2) technical training in innovative low cost and
labor saving PHH technologies and equipment for suppliers.
o Minimum Requirements: Successful offeror(s) must (1) target a minimum of 30 SMEs that
can distribute across 10 HW targeted districts; AND (2) infuse transformations in business
models that reach at least 15,000 smallholder farmers using PHHS equipment by 2020.
Location: The proposed activity/service(s) must be implemented and support farmers in one or more of
following ten districts, or “zones of influence,” of Rwanda: Gatsibo, Kayonza, Bugesera, Ngoma (Eastern
Province); Nyabihu, Rutsiro, Ngororero, Nyamasheke, Karongi (Western Province) and Nyamagabe
(Southern Province).
1.3 Anticipated Period of Performance: Offerors are anticipated to perform the above listed services for
a period of approximately 6 months to 1 year.
1.4: Deliverables/Expected Outcomes:
CNFA anticipates offerors will provide the following deliverables during subcontract implementation.
These deliverables are illustrative and will be finalized during subcontract negotiations with the selected
offeror(s):
Deliverable No. 1: Provide draft/final Implementation Plan
Deliverable No. 2: Develop Hinga Weze branded training materials
Deliverable No. 3: Train/provide BDS services to targeted beneficiaries (number specified according
to the task)
Deliverable No. 4: Provide activity report
Deliverable No. 5: Provide Business Performance report (Monthly, Quarterly and Semi Annually
where possible)
The outcomes anticipated are that the cooperatives strengthen and expand their relationships with
buyers/SMEs aggregators on the market side and extension services and input providers on the other side:
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 5 of 13 V1 – May 2019
Improved extension provision
Increased agro-dealers’ sales and farmers’ use of agricultural inputs
Improved quality of farmers’ produce and QMS for aggregators through better warehouse
management standardized systems.
Farmers’ access to market will be improved and;
Farmers’ access to finance improved through knowledge of available products on market and how
to use funds accessed.
Availability of standardized Capacity Development Tools/Manuals for continual use by Hinga
Weze
1.5: Eligible Offerors: type, qualifications and competencies
This assignment is expected to be carried out by experienced Business Service Provider(s) (agribusiness
development agency, firm or NGO) with the following qualifications:
1. A team leader with a master’s degree in Agriculture, Economics, Agriculture Extension,
Development Studies, rural development, cooperative management, Agribusiness in relation to the
task/lot applied to;
2. Familiarity and experience with the i) Rwanda national extension program “Twigire Muhinzi
Extension Model”, ii) Rwanda’s agro-dealership model, iii) Rwandan Cooperative Policies and
guidelines, and iv) Rwandan commodity aggregation systems
3. Good proven prior expertise and experience in technical assistance to cooperatives and track of
records working with Rwandan cooperatives in conducting business performance assessment and
designing strong growth strategies of cooperatives with at least 3 similar assignments undertaken.
4. Team of qualified business advisors with strong analytical skills, business advisory competences,
report writing and ability, strong business communication and facilitation skills.
5. Credentials to independently assess and develop business performance of agricultural cooperatives
and agribusiness SMEs with a recognized accreditation body.
Section 2: Instructions to Offerors
2.1 Offer Deadline and Protocol: Offers must be received no later than 4:00pm, CAT, on Thursday,
May 30, 2019. Electronic applications should be submitted to [email protected]. Hard-copy
applications should be submitted to CNFA’s offices located at Kimihurura, former RPF secretariat on KG
28 Avenue No. 7, Kigali, Rwanda. Applicants should be sure to request a confirmation of receipt from
Hinga Weze when submitting applications, to ensure their submission was received.
Please reference the RFP number in any response to this RFP and specify which task(s) you are
submitting for. Offers received after the specified time and date will be considered late and 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 follow the provided deadlines to be considered for
award.
2.2 Questions: Questions regarding the technical or administrative requirements of this RFP may be
submitted no later than 1:00pm CAT on Friday, May 24, 2019 by email to [email protected].
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 offerors will be
circulated to all RFP recipients who have indicated an interest in bidding.
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 6 of 13 V1 – May 2019
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.
2.3 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
offeror based on the evaluation criteria below. The trade-off approach is determined via a 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.
The relative importance of each individual criterion is indicated by the number of points below:
Criteria Maximum Score
Proposal feasibility, methodology and approaches to implement, targeted HW
beneficiaries in HW Zones of influence and Value chains: To what extent is the proposed
implementation plan and BDS content will create a sustainable change with tangible
immediate adoptions.
20
How well the offeror presents BDS provision business approach to specified Technical
Assistance Key Service (specified in Task 1, Task 2, Task 3, and Task 4) for HW to
achieve desired outcomes.
25
The offeror’s organizational and resourcing capacity to meet the demands of executing
a results-based BDS provision subcontract, including the ability to include key personnel
position with the required qualifications and experience and contract management
capacity to perform of this subcontract with high standards
15
Previous experience in similar interventions and proven familiarity with providing BDS
to each particular target group (farm promoters (FPs)/FFS, Agro-dealers, Aggregators)
with game-changing models and accredited methodology and tools.
20
Reasonableness and cost effectiveness of the financial proposal in line with the proposed
implementation approach.
20
Total Scores 100
Best-offer proposals are requested. It is anticipated that 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 prior to
award;
While preference will be given to offerors who can address the full technical requirements of
this RFP, CNFA may issue a partial award or split the award among various suppliers, if in
the best interest of the Hinga Weze project;
CNFA may cancel this RFP at any time.
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 7 of 13 V1 – May 2019
CNFA anticipates awarding a fixed price subcontract to the successful offeror(s).
2.4 Cost Proposal: Pricing must be presented in Rwandan Francs (RWF). Offers must remain valid for
not less than sixty (60) calendar days after the offer deadline. Offerors are requested to provide offers on
official letterhead in accordance with the format provided in Annex D.
2.5 Proposal Format Instructions: A full proposal will include the following documents:
and must be formatted in accordance with the below requirements:
(a) English language only (b) Include the individual/agency/organization name, date, RFP number, and page numbers as a
header or footer throughout the document.
(c) A proposal offer checklist (Annex A). (d) A cover letter on company letterhead, signed by an authorized representative of the offeror
(Annex B).
(e) A complete Technical Proposal in response to the evaluation criteria in Section 2.3 and in the
format provided in Annex C.
(f) A complete Cost Proposal in response to the terms of Section 2.4, the evaluation criteria in
Section 2.3, and in the format provided in Annex D.
(g) A copy of the offeror’s business license, or, if an individual, a copy of his/her identification card.
(h) Curriculum Vitae of key staff or consultants proposed for the assignment.
(i) Three contacts for references and proof from organizations/individuals for which the offeror has
successfully performed similar work.
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 8 of 13 V1 – May 2019
Annex A – 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:
□ Offeror Checklist (Annex A)
□ Cover letter on company letterhead, signed by an authorized representative of the offeror (see Annex
B for template)
□ Technical Proposal (see Annex C for template)
□ Cost Proposal (See Annex D for template)
□ Copy of offeror’s registration or business license, or, for individuals, a copy of his/her identification
card
□ Curriculum Vitae of key staff or consultants proposed for the assignment
□ Three contacts for references from organizations/individuals for which the offeror has successfully
performed similar work
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 9 of 13 V1 – May 2019
Annex B – 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: USAID/Rwanda Hinga Weze Activity
Kimihurura, former RPF secretariat on KG 28 Avenue No. 7, Kigali, Rwanda
Reference: RFP No. 2019-05-07
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):
___________________________________________________________________________________
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 10 of 13 V1 – May 2019
Annex C – Technical Proposal
Technical Approach (80 points)
In 5 pages or less, describe the following: 1. Business approach to implementing key services specified in section 1.2 to achieve the
deliverables outlined in section 1.4. How well the offeror presents BDS provision business approach to
specified Technical Assistance Key Service (specified in Task 1, Task 2, Task 3, and Task 4) for HW to achieve
desired outcomes. 2. To what extent your organization’s proposed implementation plan and BDS content will create
a sustainable change with tangible, immediate adoption by target beneficiaries. Proposal
feasibility, methodology and approaches to implement, targeted HW beneficiaries in HW Zones of influence and
Value chains 3. Your organizational and resourcing capacity to meet the demands of executing a results-based
BDS provision subcontract, including the ability to include key personnel position with the
required qualifications and experience and contract management capacity to perform of this
subcontract with high standards
4. Your organization’s profile, previous experience in similar interventions and proven
familiarity with providing BDS to each particular target group (farm promoters (FPs)/FFS,
Agro-dealers, Aggregators) with game-changing models and accredited methodology and
tools.
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 11 of 13 V1 – May 2019
Annex D – Cost Proposal (20 points)
The table below contains the technical requirements of the commodities/services. Offerors are requested
to provide quotations containing the information below on official letterhead or official quotation format.
In the event this is not possible, offerors may complete this Annex D and submit a signed/stamped
version to CNFA. Please note that this is a summary of costs and applicants can attach a detailed budget
to this summary to provide more details in the financial proposal for each line item if necessary.
Cost Item
Unit
Quantity
Unit Price
(RWF)
Total Price
(RWF) Notes
1. Personnel/labor
2. Equipment
3. Materials and
supplies
4. Transportation
5. Communications
6. Services
7. Other Direct Costs
TOTAL BUDGET
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 12 of 13 V1 – May 2019
Annex E – CNFA Terms and Conditions
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, 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, 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 offeror’s
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
offeror’s 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 [email protected] 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 [email protected].
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:
(a) 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.
(b) 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.
(c) 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.
(d) 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.
(e) 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.
(f) 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.
3. Disclaimers: This is a Request for Proposals only. Issuance of this RFP does not in any way obligate CNFA, the Hinga
Weze Project, or USAID to make an award or pay for costs incurred by potential offerors in the preparation and submission
of an offer. In addition:
(a) CNFA may cancel RFP and not award;
(b) CNFA may reject any or all responses received;
(c) Issuance of RFP does not constitute award commitment by CNFA;
(d) CNFA reserves the right to disqualify any offer based on offeror failure to follow RFP instructions;
(e) CNFA will not compensate offerors for response to RFP;
(f) CNFA reserves the right to issue award based on initial evaluation of offers without further discussion;
(g) CNFA may negotiate with short-listed offerors for their best and final offer;
(h) CNFA reserves the right to order additional quantities or units with the selected offeror;
(i) CNFA may reissue the solicitation or issue formal amendments revising the original RFP specifications and evaluation
criteria before or after receipt of proposals;
(j) CNFA may modify the specifications without issuing a formal notice to all offerors when the revisions are immaterial
to the scope of the RFP;
Request for Proposals
RFP No. HW-2019-05-07
USAID/Rwanda Hinga Weze Activity
Page 13 of 13 V1 – May 2019
(k) CNFA may choose to award only part of the activities in the RFP, or issue multiple awards based on multiple RFP
activities;
(l) CNFA reserves the right to waive minor proposal deficiencies that can be corrected prior to award determination to
promote competition;
(m) CNFA 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 Project 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.
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.
5. Taxes and VAT: As an organization that is implementing a project on behalf of USAID, CNFA is exempt from being
charged VAT, customs duty or fee, excise tax, road tax, or any other form of tax or tariff for goods and services purchased
for USAID funded activities. As such, offerors agree to present costs both without VAT and with VAT or any similar
taxes or fees in its cost proposal. CNFA will pay costs including VAT or similar taxes and after shall claim refund from
Rwanda Revenue Authority. Therefore, it is responsibility of the offeror to indicate which tax scheme (VAT registered or
not, Liberal professional, etc.) it is eligible for in its proposal.
6. 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.