Request for Proposals (RFP) - Individual Consultant to Support the Government of Rwanda in Strengthening Its Food Safety Regulatory tender at Cultivating New Frontiers in Agriculture (CNFA)
New
Website :
1 Day Ago
Linkedid Twitter Share on facebook

Section 1 – General Information

Solicitation Number:

CNFA-RW-HU-RFP-019

Solicitation Type:

Request for Proposals (RFP)

Procurement Description:

CNFA seeks to recruit an individual consultant to support the Government of Rwanda in strengthening its food safety regulatory framework by developing a comprehensive Food Safety Policy. The consultant will review existing related literature including the WHO/FAO assessment of the Rwanda food control system, related government policies, strategies, and guidelines. The consultant will engage with stakeholders from both the public and private sectors and finalize the food safety policy document to ensure it effectively addresses Rwanda’s food safety needs and regulatory requirements. This work is imperative for the USDA Food for Progress Haranira Ubuziranenge Project, as it plays a key role in strengthening the national food control system, ensuring public health protection, safe trade, and sustainable food safety practices within Rwanda.

Anticipated Period of Performance:

June 10, 2025 – August 23, 2025

Place of Performance:

Kigali, Rwanda with required visits to Project target districts. Remote work during the Inception Report period and development of the final report may be allowed.

Contracting Party:

CNFA

For: USDA

Under: USDA Food for Progress Haranira Ubuziranenge Project

Release Date:

May 1, 2025

Point of Contact for Questions and Offers:

Name:

Address:

Email:

USDA Food for Progress Rwanda Procurement Team

KG 28, AV 7, Kimihurura, Kigali, Rwanda

procurement@cnfa-rwanda.org

Questions:

Question Deadline: May 8, 2025

Instructions: Questions must be submitted in writing; phone calls will not be accepted. Only CNFA’s written answers will be considered official and carry weight in the solicitation and subsequent evaluation. Verbal information received from CNFA or any other entity should not be considered an official response to any questions. 

Offers:

Offer Deadline: May 20, 2025

Via:

☒ Email

☐ Hard copy

☐ Email or Hard copy

Instructions: Reference the Solicitation Number in any response to this solicitation. Offers received after the specified time and date will be considered late and considered only at CNFA’s discretion. Offerors must strictly follow the deadlines provided in this solicitation to be considered for award.

Offer Validity:

Offers must remain valid for not less than 30 calendar days after the offer deadline.

Award:

Award will be made to the offeror who is determined to be the best offeror per the evaluation criteria and methodology provided herein. CNFA will not issue an award to different offerors, entities, or third-parties other than the selected offeror(s) which submit an offer in response to this solicitation. CNFA anticipates awarding a Fixed Price Contract to the selected offeror.

Terms and Conditions:

The resultant award is subject to CNFA’s standard Terms and Conditions as stipulated in Section 6.

Section 2 – Scope of Procurement

  1. Introduction: CNFA is an international agricultural development organization that specializes in the design and implementation of sustainable, enterprise-based agricultural initiatives. CNFA implements USDA Food for Progress Rwanda Haranira Ubuziranenge Project (2024-2029), with the objective to strengthen the capacities of public and private stakeholders in Rwanda to develop, enforce, and adopt international science-based food safety standards.

The Project will implement interventions across three key components: 1) Strengthening Food Safety Frameworks and Government Institutions; 2) Enhanced Laboratory Technical Capacity in Testing, Inspection, and Certification; 3) Increased Food Safety Awareness and Capacity Building of Producers and Processors. Haranira Ubuziranenge will focus on supporting and collaborating with the Ministry of Health (MOH) and other SPS/Food Safety stakeholders to achieve the project outcomes as outlined in Component 1.

Strengthening Rwanda’s adoption and implementation of science-based food safety standards and regulations will increase Rwanda’s competitiveness in the global market and enhance the availability of quality and safe foods for consumers. Haranira Ubuziranenge will engage public and private stakeholders to increase productivity and food security through the adoption of good agricultural practices (GAPs). The Project will support the Government of Rwanda to integrate science-based food safety standards and producers and processors to adhere to them, thereby improving consumer health and increasing agricultural trade.

Objective of the Assignment

The purpose of this assignment is to support the Government of Rwanda to update and finalize a comprehensive Food Safety Policy. While the Rwanda Ministry of Health (MoH) is leading the development of the overarching policy and legal framework, food safety roles and responsibilities are shared with other agencies, namely, Rwanda Inspectorate, Competition and Consumer Protection Authority (RICA), Rwanda Food and Drugs Authority (RFDA), Rwanda Agriculture and Animal Resources Development Board (RAB), Rwanda Standards Board (RSB). Clarifying roles through MoUs, removing overlaps and redundancies, harmonizing competencies and implementing regulatory activities in a coordinated fashion remains a challenge for the responsible institutions. The Haranira Ubuziranenge (HU) Project is therefore seeking a consultant that can provide specialized expertise to revise the Rwanda food safety system and develop the comprehensive policy guided by the MoH, and supported by the CNFA Food Safety Embedded Advisor, while building on the initial work done by USDA Food for Progress Trade of Agriculture Safely and Efficiently in East Africa (TRASE) and TradeMark Africa. 2. Scope of Work: Development of Food Safety Policy and Legal Framework

Haranira Ubuziranenge anticipates the use of a Fixed Price Contract to contract a consultant to complete the following tasks:

  1. Rapid assessment of the Rwanda food safety system and the institutional framework:
  • Review findings and recommendations of the WHO/FAO assessment of the national food control system.
  • Review the legal mandates of agencies and ministries responsible for food safety in Rwanda.
  • Identify gaps and overlaps in regulatory roles and operational procedures.

Review legal mandates and food safety responsibilities of the local governments (Districts).

  1. Cabinet Decisions and other policy documents:
  • Review the existing relevant policy documents, including the Quality Policy, draft Food Safety Policy, and the Cabinet Decisions 2025.
  1. Updating the draft Food Safety Policy:
  • Conduct consultations with key public institutions, e.g. RICA, RFDA, RDB, RAB, RSB and private stakeholders on the draft food safety policy document.
  • Update and finalize the draft Food Safety Policy, based on Cabinet Decisions 2025, and findings from the reviews and stakeholder consultations.
  1. Stakeholder Validation Meetings:
  • Conduct meetings with both public and private sector stakeholders to validate the content of the Food Safety Policy and ensure that they are responsive to private sector needs and Rwanda’s regulatory requirements.
  1. Memoranda of Understanding (MoUs) between government institutions:
  • Facilitate meetings on MoU development between government institutions to coordinate the implementation of food safety regulatory activities, including inspections.
  • Facilitate the development of a coordination and collaboration framework for the relevant government institutions.

3: Deliverables

Deliverable 

Deliverable Description 

Anticipated Delivery Date 

1

Report of Review of Institutional Roles and Responsibilities (including gaps in the food safety regulatory framework)

June 20, 2025

2

Updated Draft Food Safety Policy

July 20, 2025

3

Report on the Food Safety Policy Validation Meeting

August 8, 2025

4

Report on the MoU facilitation meetings and collaboration framework

August 23, 2025

Section 3 – Evaluation Methodology and Criteria

CNFA will use a Weighted Trade-Off Analysis, including Cost Criteria evaluation methodology for this solicitation. Weighted Trade-Off Analysis selects the offeror providing the best overall value to CNFA, considering both price and technical factors, according to the assigned weights provided in the evaluation criteria. The Technical Evaluation Committee (TEC) will assess offer acceptability in accordance with the following criteria:

Criteria

Minimum Acceptability Requirement

SPS Experience 15 points

  • Practical knowledge and application of the WTO SPS Agreement, the relevant Codex principles and guidelines, regional and continental SPS frameworks.

15

National Food Control System Experience

15 points

  • Relevant experience working with a food safety competent authority and a functional national food control system.

15

Approach

15 points

Suitability and appropriateness of the approach to the assignment – the consultant should demonstrate practical understanding of the technical issues in the RFP. Propose a reasonable, detailed, clear methodology, describing how the applicant will complete the SOW outlined in Section 2. Offeror must demonstrate strong report writing and communication skills, as well as an ability to compose clear, compelling written documents in English. The approach should integrate the specific Rwandan context and demonstrate familiarity with associated tasks to achieve results.

15

Management and Qualifications

20 Points

Consultant profile to deliver tasks.

  • At least 10 years of experience in the development or implementation of food safety policy and regulatory frameworks.
  • Advanced degree in relevant field, e.g., food science, biochemistry, microbiology, agricultural sciences.

20

Past Performance

15 points

  • At least three similar work delivery experiences in a developing country similar to Rwanda.
  • Kindly share references.

 15

Cost Proposal

20 points

  • Reasonability of the proposed professional fees.
  • Note: All reimbursables such as workshop costs, transport, participants’ accommodation, etc. will be covered by CNFA separately.

20

Total

100

Section 4 – Offer Format Instructions

Offers in response to this solicitation must comply with the following instructions:

  1. Submissions will be accepted in the following language(s): English
  2. Include the following in the offer footer:
    1. Offeror name
    2. Solicitation Number
    3. Page Numbers
  3. Offer in the format provided in Annex 1

Section 5 – Complete Offer

A complete offer must include the following documents:

  1. Completed Annex 1 – Offer Template
  2. Copy of the Offeror’s personal identification
  3. CV/resume

Section 6 – CNFA Terms and Conditions

  1. Ethical and Business Conduct: CNFA is committed to integrity in procurement, and only selects offerors 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 organization or individual violating these standards will be disqualified from this solicitation, barred from future procurement opportunities, and may be reported to both CNFA’s Client – as applicable – and the appropriate 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 CNFA’s Client – as applicable – and the appropriate Office of the Inspector General. In addition, CNFA will further inform these agencies of any Offerors’ offers of money, fee, commission, credit, gift, gratuity, object of value or compensation to obtain business.

Please contact the designated Point of Contact on the Solicitation Cover Page with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to CNFA’s Fraud Hotline in writing via email at FraudHotline@cnfa.org or you may make an anonymous report by phone, text, or WhatsApp to the CNFA Global Fraud Hotline at 202-991-0943.

  1. 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 30 calendar 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 Solicitation 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 Solicitation must take place on U.S.-flag carriers/vessels unless otherwise approved by CNFA.
  • United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The selected offeror under any award resulting from this Solicitation must ensure compliance with these laws.
  • United States law prohibits engaging in any activities related to Trafficking in Persons. The selected offeror under any award resulting from this Solicitation must ensure compliance with these laws.
  • The title to any goods supplied under any award resulting from this Solicitation 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.
  • The offeror is prohibited from providing certain telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system, produced by the following covered companies, and their subsidiaries and affiliates, in the performance of any resulting award: Huawei Technologies Company; ZTE Corporation; Hytera Communications Corporation; Hangzhou Hikvision Digital Technology Company; Dahua Technology Company; and any other company as determined by the United States Government. The offeror certifies it will not provide covered telecommunications equipment or services to CNFA in performance of the resulting award. If covered telecommunications equipment or services are offered, the offeror must disclose it.
  1. Disclaimers: This is a Solicitation only. Issuance of this Solicitation does not in any way obligate CNFA, its project(s), or its client(s) to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer. In addition:
  • Offerors are responsible for ensuring their offers are received by CNFA in accordance with the instructions, terms, and conditions described in this Solicitation; failure to adhere to instructions may lead to disqualification
  • CNFA may cancel the Solicitation and not award at any time
  • CNFA may reject any or all responses received
  • Issuance of the Solicitation does not constitute award commitment by CNFA
  • CNFA reserves the right to disqualify any offer based on offeror failure to follow the Solicitation instructions
  • CNFA will not compensate offerors for response to the Solicitation
  • CNFA reserves the right to issue award based on initial evaluation of offers without further discussion
  • CNFA may negotiate with offerors for their best and final offer and/or request clarifications from any offeror prior to award
  • CNFA reserves the right to increase or decrease its order for quantities or units with the selected offeror
  • CNFA may reissue the Solicitation or issue formal amendments revising the original Solicitation 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 Solicitation
  • CNFA may choose to award only part of the activities in the Solicitation, or issue multiple awards, if in the best interest of CNFA
  • CNFA reserves the right to waive minor offer deficiencies that can be corrected prior to award determination to promote competition
  • Offerors understand that CNFA’s Client(s) is not a party to this Solicitation and the offeror agrees that any protest hereunder must be presented – in writing with full explanations – to CNFA for consideration. CNFA’s Client(s) will not consider protests regarding procurements carried out by CNFA. CNFA, at its sole discretion, will make a final decision on any protest for this procurement.

Annex 1 – Offer Template

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

PART 1 – COVER LETTER

To: CNFA USDA Food for Progress Rwanda Procurement Team

KG 28, AV 7, Kimihurura, Kigali, Rwanda

procurement@cnfa-rwanda.org

Reference: Solicitation no. RFP- FFPr-Rwanda-2025- Development of Food Safety Policy 

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 Solicitation. Please find our offer attached.

We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced Solicitation. We further certify that the below-named organization—as well as the organization’s principal officers and all commodities and services offered in response to this Solicitation—are eligible to participate in this procurement under the terms of this solicitation and under the applicable 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, its project staff members, or its Client (as applicable);
  • We have no close, familial, or financial relationships with any other offerors submitting proposals in response to the above-referenced Solicitation;
  • We and our principal offerors are not debarred, suspended, or otherwise considered ineligible for receiving US Government funds. We understand that CNFA will not make any award to an entity that is debarred, suspended, or considered ineligible by the US Government;
  • 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:

For:

Submitted By:

Offeror Name:

The consultant must provide his/her name

Signature:

The consultant must provide his/her signature here after completing the offer

Date:

Offeror must indicate the date this offer was completed here

Consultant Information:

Phone:

Offeror must provide phone number for contact if selected for negotiation or award here

Email:

Offeror must provide email for contact if selected for negotiation or award here

Address:

Offeror must provide address for contact if selected for negotiation or award here

Website:

Offeror must provide his/her website, if applicable, here

Country of Nationality:

Offeror must indicate his country of citizenship, or lawful permanent residence here

Registration or Taxpayer ID Number:

Offeror must provide registration and/or taxpayer ID number here

PART 2 – OFFER

Offerors are instructed to complete this form and place it on the Offeror’s letterhead. Once completed, this form serves as the binding proposal in response to this solicitation and is valid for the period identified on the cover page of this Solicitation. Failure to submit the information required herein may lead to disqualification of the offer.

  1. Technical Proposal

1.1. Evaluation Criteria 1 – Consultant experience

Provide an overview of your experience and capabilities related to the proposed SOW. Describe your experience performing similar work and demonstrated knowledge and application of the WTO SPS and TBT Agreements, the relevant Codex principles and guidelines, standards, regional and continental SPS frameworks. Describe your experience working with a food safety competent authority and a functional national food control system.

Offerors must respond to the prompt here.

1.2. Evaluation Criteria 2 – Approach

Describe your proposed approach demonstrating practical understanding of the technical issues in the RFP. Proposes a reasonable, detailed, clear methodology, describing how the applicant will complete the SOW.

Offerors must respond to the prompt here.

  • Evaluation Criteria 3 – Management and qualifications

Provide a brief description of your professional background, qualifications, and professional experience conducting similar work (experience in the development and implementation of food safety policy and regulatory frameworks).

Offerors must respond to the prompt here.

  • Evaluation Criteria 4 – Past Performance and References

Provide infiormation on at least three similar work delivery experiences in developing country similar to Rwanda. Please provide the contact information for three client references within the last five years of similar work performed under consultancies or contracts in a development context (in Section 5 below).

Offerors must respond to the prompt here.

  1. Cost Proposal

2.1. Budget

Offerors are instructed to complete boxes highlighted in gray. Pricing must be presented in USD or Rwandan Francs. The cost proposal must match the degree of sophistication of the technical proposal. CNFA reserves the right to negotiate the proposed budget or request clarification at its discretion.

Cost Category

Unit

Quantity

Unit Price

[enter currency]

Total Price

[enter currency]

Budget Notes

1. [Personnel]

Offerors must propose line-items within the Cost Category; repeat for as many line-items as necessary

Offerors must provide the unit price here

Offerors must provide the quantity of units here

Offerors must quote the unit price here

Offerors must provide the total price (unit x quantity x unit price) here

Offerors must describe the purpose of the cost and basis for price here

2. [Equipment]

3. [Materials/Supplies]

4. [Transportation]

5. [Communication]

6. [Services]

7. [Other Direct Costs]

8. [Indirect Costs]

TOTAL

  1. Tax Considerations

Offerors are made aware of CNFA’s tax status in Rwanda. CNFA is tax exempt but Offerors are required to submit both prices before tax and with taxes. Offers submitted must comply with these tax considerations.

  1. Bank Account

Offerors are instructed to complete boxes highlighted in gray:

Does the Offeror have an active bank account?

☐ Yes

☐ No

If yes, provide the Offeror name associated with the Bank Account if selected for eventual award.

Offerors must provide the name associated with their Bank Account, if applicable, here

  1. References

Offerors are instructed to complete the boxes highlighted in gray:

Reference No.

Reference Name

Contact Information

Affiliation

1

Offerors must provide name of reference (organization or individual) provided here

Name:

Phone:

Email:

Address:

Offerors must describe relationship with reference here

Etc.

Offerors must provide name of reference (organization or individual) provided here

Name:

Phone:

Email:

Address:

Offerors must describe relationship with reference here

Etc.

Offerors must provide name of reference (organization or individual) provided here

Name:

Phone:

Email:

Address:

Offerors must describe relationship with reference here

Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: 15-05-2025
Duty Station: Kigali
Posted: 02-05-2025
No of Jobs: 1
Start Publishing: 02-05-2025
Stop Publishing (Put date of 2030): 02-05-2066
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.