Request for Quote/Proposal (RFQ/RFP) - BDS Training Provider tender at RTI International
Website :
135 Days Ago
Linkedid Twitter Share on facebook

Request for Quote/Proposal (RFQ/RFP)

Commodity/Service Required:

BDS training Provider

Type of Procurement:

Purchase Order

Type of Contract:

Fixed Price/Deliverables based.

Term of Contract:

February 2024-Februray 2025.

Contract Funding:

Contract No.

This Procurement supports:

Feed the Future Rwanda Hanga Akazi Activity

Submit Proposal to:

HAprocurement@hanga-akazi.org.

Date of Issue of RFP:

18th December 2023

Date Questions from Supplier Due:

22nd  December 2023

Date Proposal Due:

29th December 2023

Approximate Date Purchase Order Issued to Successful Bidder(s):

January 2024

Method of Submittal:

Respond via e-mail with attached document in MS Word / pdf format.

The Bidder/Seller agrees to hold the prices in its offer firm for 30 days from the date specified for the receipt of offers unless another time is specified in the addendum of the RFP/RFQ.

Solicitation Number:

 

Attachments to RFP:

  1. 1. Attachment “A” – Commodity Specifications
  2. 2. Attachment “B” – Instructions to Bidders/Sellers
  3. 3. All PO Terms and Conditions are listed on our website at: https://www.rti.org/sites/default/files/rti-purchase-order-terms-and-conditions-v1.16.pdfhttp://www.rti.org/files/PO_FAR_Clauses.pdf or for commercial items: http://www.rti.org/files/PO_FAR_Clauses_Commercial_Items.pdf (hereinafter the “Terms”). Supplier’s delivery of products, performance of services, or issuance of invoices in connection with this purchase order establishes Supplier’s agreement to the Terms. The Terms may only be modified in writing signed by both parties.

All bidders/sellers are responsible to carefully review each attachment and follow any instructions that may be relevant to this procurement.

Attachment A
Commodity Specifications or Statement of Work

Statement of Work

Indicate a description of the activity/service that is expected from the supplier. Provide product specifications or service expectations (both if applicable). Include deliverables, timelines, and any special terms and conditions.

Description of Activity/Service:

The goal of the Hanga Akazi (HA) Activity is to foster transformative partnerships in Rwanda’s agriculture sector and complementary market segments, leading to a resilient and catalytic agri-food ecosystem that drives inclusive job creation, increased entrepreneurship opportunities, and the entry and growth of new and existing enterprises to contribute to inclusive and sustainable private sector growth. The Activity will lead to 19,000 full-time equivalent (FTE) jobs and 23,000 new and improved jobs within Rwanda’s food system over the life of the project.

For HA to be able achieve that, there is a need for collaboration between private sector players such as financial institutions/ service providers and agribusinesses, as well as other stakeholders whose interventions aim towards skills development and job creation.

It is in this regard that Hanga Akazi wishes to recruit a qualified firm to provide capacity building to BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs in with the below specific objectives:

  1. To empower BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs with diversified knowledge and practical skills necessary for robust business advisory;
  2. To strengthen BDAs credibility through institutionalized certification to increase confidence in BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs by local stakeholders, including their clients;
  3. To increase the quality and size of viable and resilient BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs supported bankable projects by local entrepreneurs.
  4. To help the new BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs understanding in deep the main components of advanced business plan;
  5. To enable BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs to understand how better to do a market analysis using 8 P’s used in marketing mix;
  6. To help BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs to understanding and perform SWOT analysis as vital process that helps a business to evaluate its internal and external environment by identifying strengths, weaknesses, opportunities and threats.
  7. To enable the new BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs to understand basic skills on accounting and how to determine the cost structure of the project (financing plan);
  8. To help Business Development Advisors BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs to well elaborate financial reports and their deep financial analysis ratios and mastering their interpretation.
  9. To be able to prepare a business plan and to make its presentation in front of a group of people, and in turn, to be able to transmit the acquired knowledge to other entrepreneurs.
  10. To support relevant participants with basic computer and digital literacy skills that are essential for development and growth of businesses.

Product or Service Expectations (both if applicable):

The institution/Company to conduct this assignment shall be composed of multidisciplinary staff of at least seven experts with the following qualifications and job-related experience:

  • The Expert trainer should present at least a university degree at Bachelor’s degree level in Business Administration, Accounting, Management, Finance, Cooperatives and business management, Human Resources Management, or other related fields.
  • Experience in training BDAs;
  • Having experience in training on Business registration and taxation;
  • Advance Business plan training;
  • Experience in Business Canvas training;
  • Experience in training using Microbusiness simulation games;
  • Having experience training on professional coaching for BDAs;
  • Having experience training on Financial Education
  • Being officially registered as a consultancy firm/company as required by the Government of Rwanda.
  • Having Physical address in Rwanda.
  • The Consultancy firm must have extensive experience of at least 5 years in SMEs or Cooperatives business development and management support.
  • The consultancy firm must be accredited to provide trainings.
  • Having conducted at least 2 similar assignments.

Qualified service provider/ will provide capacity building to BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs in the areas of:

1. Module Development: The modules cover the following areas among others:

  • Entrepreneurial Psychometric test
  • Ring Toss Entrepreneurship game
  • Advanced Business Planning
  • Business Model Canvas
  • Micro-business Management Simulation.
  • Basic computer and digital skills among others

2. Conducting the training for BDAs, BDEU’s, coops and general enterprises and other young Entrepreneurs 

Deliverables, Timelines, Special Terms and Conditions:

1. Inception Report: The service provider is expected to submit an inception report indicating the following sub-sections

  • Assignment background
  • Assignment objective(s)
  • Understanding of the scope of work (SoW)
  • Expected deliverables
  • Detailed contents of the modules to be developed
  • Methodology/Approach of the assignment
  • Assignment work plan

2. Module development: The consultant will develop modules in areas of 1) Entrepreneurial Psychometric test, 2) Ring Toss Entrepreneurship game, 3) Advanced Business Planning, 3) Business Model Canvas, 4) Micro-business Management Simulation. The developed modules will be submitted in softcopies for the client review and approval.  The Modules will be in a word document and Power Point Presentation format with training notes for training purposes. The financial modeling and tools will be provided in excel format.

3. Conduct Training: The consultant will conduct the training as indicated 

4. Final Training report: The consultant will submit final report with supporting documents to Hanga Akazi Project

Pricing

Item #

Quantity to be Purchased

Description of Preferred Commodity or Services Specifications

Unit of Measure

Unit Fixed Price (Each)

Total Fixed Price (Each)

Lead Time Availability (Number of Days)

1

Inception Report:

inception report indicating the following sub-sections:

  • Assignment background, Assignment objective(s), Understanding of the scope of work (SoW)
  • Expected deliverables.
  • Detailed contents of the modules to be developed
  • Methodology/Approach of the assignment
  • Assignment work plan

Number of days

     

2

Module development:

The consultant will develop modules in areas of 1) Entrepreneurial Psychometric test, 2) Ring Toss Entrepreneurship game, 3) Advanced Business Planning, 3) Business Model Canvas, 4) Micro-business Management Simulation. The developed modules will be submitted in softcopies for the client review and approval.  The Modules will be in a word document and Power Point Presentation format with training notes for training purposes. The financial modeling and tools will be provided in excel format.

Number of days

     

3

Conduct Training

The consulting company/firm will perform the assignment on an ad hoc and intermittent basis.

Number of days

     

 

Final Training report

The consultant will submit final report with supporting documents to Hanga Akazi Project

Number of days

     

Total Value

   

By signing this attachment, the bidder confirms he has a complete understanding of the specifications and fully intends to deliver items that comply with the above listed specifications. 

Signature:

 

Title:

 

Date:

 

Attachment “B”
Instructions to Bidders/Sellers

  1. Procurement Narrative Description: The Buyer (RTI) intends to purchase commodities and/or services identified in Attachment A. The Buyer intends to purchase the quantities (for commodities) and/or services (based on deliverables identified in a Statement of Work). The term of the Ordering Agreement shall be from Award Date to the Delivery date of the Offeror unless extended by mutual agreement of the parties. The Buyer intends to award to a single “approved’ supplier based on conformance to the listed specifications, the ability to service this contract, and selling price. We reserve the right to award to more than one bidder. If an Ordering Agreement is established as a result of this RFQ/RFP, supplier understands that quantities indicated in the specifications (Attachment A) are an estimate only and RTI does not guarantee the purchase quantity of any item listed.
  1. Procuring Activity: This procurement will be made by Research Triangle Institute (RTI International), located at

Congebanque building 5th floor

(insert full address of the office)

who has a purchase requirement in support of a project funded by

USAID

(insert client’s name)

RTI shall award the initial quantities and/or services and any option quantities (if exercised by RTI) to Seller by a properly executed Purchase Order as set forth within the terms of this properly executed agreement.

  1. Proposal Requirements. All Sellers will submit a quote/proposal which contains offers for all items and options included in this RFQ/RFP. All information presented in the Sellers quote/proposal will be considered during RTI’s evaluation. Failure to submit the information required in this RFQ/RFP may result in Seller’s offer being deemed non-responsive. Sellers are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach RTI’s office designated in the RFQ/RFP by the time and date specified in the RFQ/RFP. Any offer, modification, revision, or withdrawal of an offer received at the RTI office designated in the RFQ/RFP after the exact time specified for receipt of offers is “late” and may not be considered at the discretion of the RTI Procurement Officer. The Seller’s proposal shall include the following:

(a)

The solicitation number:

(b)

The date and time submitted:

(c)

The name, address, and telephone number of the seller (bidder) and authorized signature of same:

(d)           

Validity period of Quote:

(e)             

A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.

(f)

If RTI informs Seller that the Commodity is intended for export and the Commodity is not classified for export under Export Classification Control Number (ECCN) “EAR99” of the U.S. Department of Commerce Export Administration Regulations (EAR), then Seller must provide RTI the correct ECCN and the name of Seller’s representative responsible for Trade Compliance who can confirm the export classification.

(g)           

Lead Time Availability of the Commodity/Service.

(h)

Terms of warranty describing what and how the warranties will be serviced.

(i)

Special pricing instructions: Price and any discount terms or special requirements or terms (special note: pricing must include guaranteed firm fixed prices for items requested.

(j)

Payment address or instructions (if different from mailing address)

(k)

Acknowledgment of solicitation amendments (if any)

(l)  

Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including points of contact with telephone numbers, and other relevant information)

(m)

Special Note: The Seller, by his response to this RFQ/RFP and accompanying signatures, confirms that the terms and conditions associated with this RFQ/RFP document have been agreed to and all of its attachments have been carefully read and understood and all related questions answered.

  1. Forms: Sellers (potential bidders or suppliers) must record their pricing utilizing the format found on Attachment “A”. Sellers must sign the single hardcopy submitted and send to address listed on the cover page of this RFQ/RFP.
  1. Questions Concerning the Procurement. All questions in regards to this RFQ/RFP to be directed to

Angella Tugume

(insert name of procurement officer)

at this email address:

Haprocurement@hanga-akazi.org

(insert email address of the procurement officer).

The cut-off date for questions is (insert date).

December 22nd 2023

  1. Notifications and Deliveries: Time is of the essence for this procurement. Seller shall deliver the items or services no later than the dates set forth in the contract that will be agreed by both parties as a result of this RFQ/RFP. The Seller shall immediately contact the Buyer’s Procurement Officer if the specifications, availability, or the delivery schedule(s) changes. Exceptional delays will result in financial penalties being imposed of Seller.
  2. Documentation: The following documents will be required for payment for each item:
  • A detailed invoice listing Purchase Order Number, Bank information with wiring instructions (when applicable)
  • Packing List
  • All relevant product/service documentation (manuals, warranty doc, certificate of analysis, etc.)
  1. Payment Terms: Refer to RTI purchase order terms and conditions found in https://www.rti.org/sites/default/files/rti-purchase-order-terms-and-conditions-v1.16.pdf , http://www.rti.org/files/PO_FAR_Clauses.pdf, or http://www.rti.org/files/PO_FAR_Clauses_Commercial_Items.pdf. Payment can be made via wire transfer or other acceptable formSellers may propose alternative payment terms and they will be considered in the evaluation process.
  2. Alternative Proposals: Sellers are permitted to offer “alternatives” should they not be able to meet the listed requirements. Any alternative proposals shall still satisfy the minimum requirements set forth in Attachment A Specifications.
  3. Inspection Process: Each item shall be inspected prior to final acceptance of the item. All significant discrepancies, shortages, and/or faults must be satisfactorily corrected and satisfactorily documented prior to delivery and release of payment.
  4. Evaluation and Award Process: The RTI Procurement Officer will award an agreement contract resulting from this solicitation to the responsible Seller (bidder) whose offer conforms to the RFQ/RFP will be most advantageous to RTI, price and other factors considered. The award will be made to the Seller representing the best value to the project and to RTI. For the purpose of this RFQ/RFP, price, delivery, technical and past performance are of equal importance for the purposes of evaluating, and selecting the “best value” awardee. RTI intends to evaluate offers and award an Agreement without discussions with Sellers. Therefore, the Seller’s initial offer should contain the Seller’s best terms from a price and technical standpoint. However, RTI reserves the right to conduct discussions if later determined by the RTI Procurement Officer to be necessary.

The evaluation factors will be comprised of the following criteria:

  • PRICE. Lowest evaluated ceiling price (inclusive of option quantities) .
  • DELIVERY. Seller provides the most advantageous delivery schedule.
  • TECHNICAL. Items/Services shall satisfy or exceed the specifications described in RFQ/RFP Attachment A.
  • PAST PERFORMANCE - Seller can demonstrate his/her capability and resources to provide the items/services requested in this solicitation in a timely and responsive manner.
  • OTHER EVALUATION CRITERIA.

The procurement selection committee will evaluate the proposals using the Quality-Cost Based methodology as detailed below:

  1. Preliminary examination of administrative requirements compliance to this request for proposals on a pass/fail basis.
  2. Detailed technical evaluation will contribute 70%. Proposals failing any stage will be eliminated and not considered in subsequent stages
  3. Financial scores will be allocated 30% to determine the best evaluated bid.

Technical Criteria

Scores

Specific experience of the firm/Individual Consultant

Demonstrate at least 7 years of proven experience in providing BDAs training to Financial institutional staff and Agribusinesses/clients training business and financial management including previous similar assignment completion proof/reference letters/recommendation

10

Quality of technical proposal

Demonstrate an understanding of the scope of work by providing a high-quality technical proposal and training curriculum for the various courses/fields of training as indicated in the terms of reference (ToR)

25

Quality of teams and Qualification

Quality of the trainer: Demonstration of knowledge of subject matter to a level of master’s degree.

15

Experience of at least 7 years in the field of training and capacity building of working professional

10

Methodology and Approach

Demonstrate clear mode of delivery and training

10

Financial Proposal

Reasonableness and cost effectiveness of the financial proposal in line with the proposed implementation approach

30

Total for Technical

 

100

  1. Award Notice. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful supplier within the time acceptance specified in the offer, shall result in a binding contract without further action by either party.
  2. Validity of Offer. This RFP in no way obligates RTI to make an award, nor does it commit RTI to pay any costs incurred by the Seller in the preparation and submission of a proposal or amendments to a proposal. Your proposal shall be considered valid for 30 days after submission.
  1. Representations and Certifications. Winning suppliers under a US Federal Contract are required to complete and sign as part of your offer RTI Representations and Certifications for values over $10,000.
  2. Anti- Kick Back Act of 1986. Anti-Kickback Act of 1986 as referenced in FAR 52.203-7 is hereby incorporated into this Request for Proposal as a condition of acceptance. If you have reasonable grounds to believe that a violation, as described in Paragraph (b) of FAR 52.203-7 may have occurred, you should report this suspected violation to the RTI’s Ethics Hotline at 1‑877-212-7220 or by sending an e-mail to ethics@rti.org. You may report a suspected violation anonymously.
  3. The John S. McCain National Defense Authorization Act for fiscal year 2019 - section 889. RTI cannot use any equipment or services from specific companies, or their subsidiaries and affiliates, including Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, and Dahua Technology Company (“Covered Technology”). In response to this request for proposal, please do not provide a quote which includes any Covered Technology.  Any quote which includes Covered Technology will be deemed non-responsive. Additionally, if the United States Government is the source of funds for this RFP, the resulting Supplier shall not provide any equipment, system, or service that uses Covered Technology as a substantial or essential component

Acceptance:

Seller agrees, as evidenced by signature below, that the seller’s completed and signed solicitation, seller’s proposal including all required submissions and the negotiated terms contained herein, constitute the entire agreement for the services described herein.

By: (Seller Company Name)

Signature: __________________________________________________________

Title:

Date:

Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: Wednesday, January 03 2024
Duty Station: Kigali
Posted: 18-12-2023
No of Jobs: 1
Start Publishing: 18-12-2023
Stop Publishing (Put date of 2030): 18-12-2066
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.