Hiring An Insurance Company To Provide Motor Vehicle Insurance Tender at Ngali Holdings LTD.
New
Website :
Today
Linkedid Twitter Share on facebook
Hiring An Insurance Company To Provide Motor Vehicle Insurance Tender at Ngali Holdings LTD.
Tender Title Hiring an Insurance Company to Provide Motor Vehicle Ngali Holdings Ltd.
Tender reference number OCB/2/1/NH/2026
Procurement method Open Competitive Bidding
Date of issue of tender 8/1/2026

Prepared by: Approved by:
Charity MUTESI Joseph BUTERA
Procurement Assistant
and ITC secretary Chief Executive Officer

Section I. Instructions to bidders
1. ELIGIBLE BIDDERS
1. Bidders black listed/debarred or suspended by the Rwandan Public Procurement Authority (RPPA) shall not be considered for technical evaluation.
2. A bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they are associated, or has been associated in the past, directly or indirectly, with the consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Procuring Entity to provide consulting services for the preparation or supervision of the works, and any of its affiliates shall not be eligible.
2. QUALIFICATION OF THE BIDDER
1. Bids submitted by a company in partnership shall comply with the following requirements:
• The Bid shall include all the information listed in ITB Sub-Clause 1 above for each joint venture partner;
• The Bid shall be a single document bearing the name of the bidder and signed so as to be legally binding on all partners;
3. COST OF BIDDING
• The bidder shall bear all costs associated with the preparation, submission of his bid, appeal fee or any other expenses that s/he may incur during procurement proceedings, and Ngali Holdings shall in no case be responsible or liable for those costs. Ngali Holdings shall not be liable for any consequences related to the rejection of all bids or the cancellation of the procurement proceedings due to the reasons provided for by the company’s procurement manual, unless it is proved that it was a consequence of its irresponsible conduct.
• Bidders shall also purchase bid of 10,000 Rwf on Equity Bank Account Number: 4079200008072, under Ngali Holdings Ltd.
4. EVALUATION CRITERIA
This Section complements the Instructions to Bidders (ITB 10.1). It contains the criteria that the Procuring Entity may use to evaluate a bid and determine whether a Bidder has the required qualifications. No other criteria shall be used.
5. CONTRACT AWARD
The Bidder with the lowest price bid and quality of the items/service will be invited for contract negotiations and signature upon mutual agreement.
Section II. Instructions to bidders, Bid Data Sheet (BDS)
The following specific data for the Services to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
ITB Clause Reference • General
ITB 1.1 The Procuring Entity is: NGALI HOLDINGS LTD
ITB 1.2 Tender Reference No: OCB/2/1/NH/2026
ITB 2 The Source of funds: NGALI HOLDINGS LTD
• Contents of Bidding Documents
ITB 7 Clarification of bids will be addressed to The NGALI HOLDINGS LTD. Clarifications may be requested not later than 2 days before the submission date during working days.
For Clarification of bid purposes only, the Procuring Entity’s address is:
NGALI HOLDINGS
Bodifa Mercy House, 7th Floor, Kimihurua,
Gasabo, Kigali - Rwanda
Email : nh.procurement@ngali.com
Tel. 07341559630
• Preparation of Bids
ITB 10 The language of the bid is English
ITB 11.1 The Bidder shall submit in its bid the following:
1. Bid submission form and Price schedules well printed
2. A copy of Certificate of domestic company registration
3. The valid certified of the RSSB.
4. BNR License
5. The valid RRA tax clearance certificate.
6. Proof of bid purchase
ITB 13 Alternative Bids shall not be considered.
ITB 14.5 The INCOTERMS edition is: “INCOTERMS N/A
ITB 14.6 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract (One year) and not subject to variation on any account. A Bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected.
ITB 15.1 The Bidder is required to quote in the Rwanda Francs currency.
ITB 18.1 The bid validity period shall be ninety (90) calendar days, and shall remain valid for a period of 28 days beyond the validity period of the bid.
ITB 19.1 Bid shall include a Bid Security issued by only a reputable and recognized Bank operating in Rwanda: N/A
ITB 19.2 The amount of the Bid Security N/A
ITB 20.1 In addition to the original of the bid, the number of copies are: 01 copy
• Submission and Opening of Bids
ITB 22.1 Bids shall be received at Ngali Holdings procurement office no later than
21st/1/2026
Time: 10:00am
ITB 25.1 The Bid opening shall take place at the following address;
Date: 21st/1/2026
Time: 10:30am
Venue: Ngali Holdings Board room

• Evaluation and Comparison of Bids
ITB 32 Bid prices will be in Rwanda Francs (Rwf) currency VAT Inclusive
ITB 33 Domestic preference N/A
ITB 34.3(a) The evaluation will be done for the entire tender. If a Price Schedule shows items listed but not priced, their prices shall be assumed to be included in the prices of other items. An item not listed in the Price Schedule shall be assumed to be not included in the bid, and provided that the bid is substantially responsive, the average price of the item quoted by substantially responsive bidders will be added to the bid price and the equivalent total cost of the bid so determined will be used for price comparison.
The evaluation committee shall base on their confidential budget relevant to the service to be provided and the lowest offer shall not be the only criteria to award the tender.
• Award of Contract
ITB 40 The maximum percentage by which an addendum to the contract may be done is 10%

This tender intends to select service provider who shall sign a framework agreement of one year (which may be renewable twice upon satisfactory performance of the contract)

Section III: TERMS OF REFERENCE (TOR)
PROVISION OF MOTOR VEHICLE INSURANCE SERVICES
Procuring Entity: Ngali Holdings Ltd
Contract Duration: 28 January 2026 – 28 January 2027
Renewal: Renewable upon satisfactory performance and successful renegotiation, subject to availability of funds and approval by the competent authority.
1. BACKGROUND
Ngali Holdings Ltd operates a fleet of motor vehicles used for official and operational purposes across its subsidiaries. In line with prudent risk management practices and the requirements of public procurement regulations in Rwanda, Ngali Holdings seeks to engage a qualified and licensed insurance company to provide comprehensive motor vehicle insurance services for its fleet.
Only insurance companies duly licensed by the National Bank of Rwanda (BNR) and compliant with all applicable laws and regulations shall be considered.
2. OBJECTIVE OF THE ASSIGNMENT
The objective of this assignment is to secure comprehensive and reliable motor vehicle insurance coverage that: - Protects Ngali Holdings’ vehicles against insurable risks; - Ensures timely and efficient claims handling; - Minimizes vehicle downtime; - Provides value for money while ensuring full compliance with RPPA regulations and insurance laws in Rwanda.
3. SCOPE OF WORK
The selected insurance service provider shall provide comprehensive motor vehicle insurance for all vehicles owned and/or operated by Ngali Holdings for the contract period.
The scope includes, but is not limited to, coverage against the following risks: - Accidental damage (own damage); - Theft and attempted theft; - Fire and explosion; - Third-party bodily injury and property damage; - Medical expenses for the driver and passengers; - Special and additional perils as applicable under comprehensive motor vehicle insurance policies in Rwanda.
The service provider shall also: - Issue valid insurance certificates and stickers for all insured vehicles; - Provide policy documents clearly detailing terms, conditions, exclusions, and benefits; - Handle claims professionally and within reasonable timelines; - Provide advisory support on risk mitigation and insurance matters related to the fleet.
4. DETAILS OF COVER
• The insurance coverage shall be local (Rwanda-based) and valid throughout the Republic of Rwanda.
• Coverage limits shall comply with statutory requirements and industry best practices.
• Any exclusions must be clearly stated in the proposal.
• The insurer must demonstrate the capacity to provide prompt claims assessment, approval, and settlement.
5. VEHICLES PROPOSED FOR INSURANCE
Ngali Holdings currently intends to insure thirteen (13) vehicles under this contract.
Note: The detailed vehicle list (including plate numbers, year of purchase, and assigned company) is attached to this TOR and bidding documents.
6. DELIVERABLES
The successful bidder shall deliver the following: - Comprehensive motor vehicle insurance policy for all listed vehicles; - Insurance certificates and stickers for each vehicle; - Claims handling procedures and contact details of claims officers; - Periodic claims status reports upon request; - Renewal advisory prior to contract expiry.
7. ELIGIBILITY AND COMPLIANCE REQUIREMENTS
In accordance with RPPA regulations, bidders must: - Be a legally registered insurance company in Rwanda; - Be licensed and approved by the National Bank of Rwanda (BNR) to provide motor vehicle insurance services; - Be compliant with all tax, social security, and statutory obligations; - Have proven experience in providing motor vehicle insurance services to corporate or institutional clients.
8. ADMINISTRATIVE DOCUMENTS TO BE SUBMITTED
Bidders shall submit the following documents as part of their technical proposal:
1. Company profile / bidder’s information;
2. Copy of certificate of incorporation or company registration;
3. Valid tax clearance certificate issued by Rwanda Revenue Authority (RRA);
4. Valid Social Security clearance certificate issued by RSSB;
5. VAT registration certificate (where applicable);
6. Copy of approval/license from the National Bank of Rwanda as an Insurance Service Provider;
7. Previous service certificates or references for similar assignments;
8. Detailed cost breakdown in local currency (RWF), inclusive of all applicable taxes.
Failure to submit any of the mandatory documents may result in disqualification, in accordance with RPPA rules.
9. EVALUATION CRITERIA
Proposals will be evaluated in accordance with RPPA evaluation procedures based on, but not limited to, the following criteria:
• Demonstrated experience in providing motor vehicle insurance services;
• Compliance with technical requirements and scope of coverage;
• Cost competitiveness and value for money;
• Availability of accessible and responsive customer support and claims management team.
Section IV. Bidding Forms
Bidder Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
Tender No.: [insert number of tender notice]
Page ________ of_ ______ pages
1. Bidder’s Legal Name [insert Bidder’s legal name]
2. In case of Joint Venture (JV), legal name of each party: [insert legal name of each party in JV]
3. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of Registration]
4. Bidder’s Year of Registration: [insert Bidder’s year of registration]
5. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in country of registration]
6. Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
7. Attached are copies of original documents of: [check the box(es) of the attached original documents]
€Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Sub-Clauses 4.1 and 4.2.
• In case of JV, letter of intent to form JV or JV certified agreement, in accordance with ITB Sub-Clause 4.1.
• In case of government owned companies from Rwanda, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 4.5.

Bid Submission Form
[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
Tender No.: [insert number of tender notice]
Or Invitation for Bid No.: [insert No of IFB]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
1. We have examined and have no reservations to the Bidding Documents, including Addenda No.: ______________[insert the number and issuing date of each Addenda];
1. We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Services and Related Services _______________________ [insert a brief description of the Services and Related Services];
1. The total price of our Bid, excluding any discounts offered in item (d) below, is: ______________________________[insert the total bid price in words and figures, indicating the various amounts and the respective currencies];
1. The discounts offered and the methodology for their application are:
Discounts: If our bid is accepted, the following discounts shall apply. _______ [Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies.]
Methodology of Application of the Discounts: The discounts shall be applied using the following method: __________ [Specify in detail the method that shall be used to apply the discounts];
1. Our bid shall be valid for the period of time specified in ITB Sub-Clause 18.1, from the date fixed for the bid submission deadline in accordance with ITB Sub-Clause 22.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
2. If our bid is accepted, we commit to obtain a performance security in accordance with ITB Clause 42 and GCC Clause 18 for the due performance of the Contract;
3. We have no conflict of interest in accordance with ITB Sub-Clause 4.2;
4. Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract—has not been declared ineligible by the NGALI HOLDINGS LTD, under Rwanda laws or official regulations, in accordance with ITB Sub-Clause 4.3;
(i)We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.
(j)We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.
Signed:_______________ [insert signature and stamp of person whose name and capacity are shown]
In the capacity of _______[insert legal capacity of person signing the Bid Submission Form]
Name:____________ [insert complete name of person signing the Bid Submission Form]


Duly authorized to sign the bid for and on behalf of:_____ [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Attachment
attachment_file_6054c851f9bf1c9d221d
Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job:  20 /01/2026
Duty Station: Bodifa Mercy House, 7th Floor, Kimihurua, Gasabo, Kigali - Rwanda
Posted: 08-01-2026
No of Jobs: 1
Start Publishing: 08-01-2026
Stop Publishing (Put date of 2030): 08-01-2078
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.