Request for Quote/Proposal (RFQ/RFP) to Conduct a Comprehensive Constraint Analysis, Develop Recommendations, and Support Advocacy tender at RTI International
Website :
106 Days Ago
Linkedid Twitter Share on facebook

Request for Quote/Proposal (RFQ/RFP)

Commodity/Service Required:

Conduct a comprehensive constraint analysis, develop recommendations, and support advocacy for improved compliance with workplace gender and social inclusion anti-discriminations regulations and policies 

Type of Procurement:

Purchase Order

Type of Contract:

Fixed Price/Deliverables Based

Term of Contract:

February 1, 2024 – April 30, 2024

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:

January 15, 2024

Date Questions from Supplier Due:

January 22, 2024

Date Proposal Due:

January 29, 2024

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

On/About

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:

HA/2024/001/ Constraint Analysis 

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:

BACKGROUND

Feed the Future Rwanda Hanga Akazi (HA) is a 5-year USAID funded project aimed at addressing the problem of insufficient employment opportunities and limited entrepreneurial success for Rwandans which negatively impacts the Rwandan economy and the country's development goals. HA project will facilitate capacity development of Rwandans— in particular women, youth, and persons with disabilities— in key technical and soft skills required to participate in a modern workforce (focusing on opportunities surrounding the agricultural economy) and will catalyze new entry and growth of inclusive enterprises. Over the life of the Activity, Feed the Future Rwanda Hanga Akazi interventions will support a minimum of 23,000 job seekers to access new or improved employment, while the Activity’s support to agribusinesses will result in the creation of at least 19,000 jobs at partner firms. 

As part of promoting an enabling environment in the workplace, the government of Rwanda has established a robust legal and policy framework that guarantees and promotes an inclusive workplace. This is achieved through the ratification of ILO conventions against workplace discrimination, harassment, and sexual and gender-based violence. At the national level, the Rwandan labor code and its ministerial order clearly provide a framework to promote an equitable workplace environment and set standards to gender and social inclusion and prevent violence and discrimination. Despite tremendous achievements with Rwanda’s anti-discrimination regulations and policies, there is still a significant gap in compliance with these policies and regulations, especially in the private sector. Some of the root causes include limited awareness and insufficient understanding of the benefits of inclusive practices, which hinder the creation of diverse and inclusive workplaces, ultimately impeding social progress and inclusive economic growth. Therefore, HA aims to conduct a comprehensive constraint analysis to inform interventions promoting compliance and inclusivity at workplace. 

With this background, HA is looking for a consultant who will conduct a comprehensive constraint analysis for compliance with anti-discrimination regulations and policies in the Rwandan private sector.

PURPOSE:  

The purpose of this activity is to gain comprehensive insights into the compliance challenges and obstacles, with a primary focus on the private sector. The objective was to identify the root causes constraining the private sector actors into adapting and implementing anti-discrimination regulations and policies not limited to gender, youth and disability related.

By identifying and sharing the comprehensive root cause in an evidence-based approach, the findings of a constraint analysis will catalyze systemic impact through strategic actions. The findings will inform policy advocacy, promote the emergence of industry-specific standards and best practices, and support capacity-building programs, public awareness campaigns, and peer learning networks within the private sector, fostering a culture of collaboration and inclusivity.

SPECIFIC TASKS WILL INCLUDE:  

The scope of work for a consultant to analyze the beekeeping landscape in Rwanda would typically include the following:

  1. Conduct a desk review analysis of existing laws, policies, and regulations related to anti-discrimination (gender, youth, and disability) in the Rwandan private sector.
  2. Evaluate the current state of anti-discrimination laws, policies, and regulations in the Rwandan private sector.
  3. Analyze the challenges faced by the private sector in implementing anti-discrimination laws, policies, and regulations across different sectors.
  4. Assess how the private sector attitude and behaviors influence adoption and implementation of anti-discrimination policies and practices.
  5. Identify some key private sector actors who are champions in implementation of anti-discrimination policies and practices.
  6. Provide recommendations for improving compliance to anti-discrimination policies and practices – recommendations to policy makers and private sector.

REPORTING:

  • The consultant will report to the Social Inclusion Manager and GESI Coordinator.

QUALIFICATION:

  •  Advanced degree in law, human rights, social sciences, or a related field.
  • 7-10 years of substantial experience in researching and analyzing anti-discrimination laws, policies, and regulations related to gender, youth, and disability in Rwanda.
  • Proven track record in projects focused on inclusivity and compliance within the private sector.
  • In-depth knowledge of Rwandan labor laws, anti-discrimination regulations, and legal frameworks related to youth, gender and disability, with added advantage for previous experience in assessing legal and policy compliance within private sector organizations.
  • Proficiency in utilizing diverse research methodologies, both qualitative and quantitative, for comprehensive data collection and analysis.
  • Demonstrated ability to organize and conduct effective focus group discussions and interviews with stakeholders from various sectors.
  • Strong analytical skills, including the ability to analyze and interpret data, identify trends and patterns.
  • Experience in producing high-quality analysis reports.
  • Familiarity with advocacy strategies and the development of joint action plans to drive compliance and inclusivity.
  • Experience in steering the formulation of comprehensive joint action plans based on research findings.
  • Any relevant certifications or membership in professional bodies related to law, human rights, or research are advantageous.
  • Proficiency in both written and spoken English and Kinyarwanda is required.

SELECTION CRITERIA

  • Technical Approach (30%): Clear and comprehensive methodology and work plan to conduct landscape analysis.
  • Expertise (25%): Relevance experience with adequate proof related to conducting similar assignments in the past.
  • Cost (20%): Reasonableness of the proposed cost of consultancy for the period of performance
  • Inclusion (10%): Individual consultant who identifies as a woman, youth, and/or person with disability.

Note that the successful candidates will be invited for a presentation which would score 15.

APPLICATION INSTRUCTION

Submit the documents below to haprocurement@hanga-akazi.org by 26th January 2024, COB.

  1. A technical proposal on the assignment should begin with a cover letter. 10 pages max
  2. Financial proposal MUST be submitted on a separate document in RWANDAN FRANCS.
  3. A detailed CV highlighting previous experiences in undertaking similar projects, contacts for 3 references. Not Mandatory but the CV can include self-declaration on sex, age and disability status - if desired. 8 pages max.

Product or Service Expectations (both if applicable):

Deliverables, Timelines, Special Terms and Conditions:

DELIVERABLES

#

Deliverables

Level of Effort Days

 

1

Inception Report

  • Submit an inception report draft detailing the methodology, approach, and action plan to execute the assignment. Inception meeting will be held to review the inception report.
  • Have an inception meeting with HA team to review the inception report and submit a final report 

3

3

Data collection and analysis

  • Gather information through desk review and other relevant methodologies on the current anti-discrimination laws, policies, and regulations in the Rwandan private sector and organize primary data collection with relevant stakeholders where necessary to supplementing with desk review analysis of compliance gaps.

17 days

4

Constraint analysis draft report

  • Prepare and submit the draft finding report to HA team for comments and inputs.
  • Attend the stakeholders' validation workshop to share the preliminary findings and get feedback

5

Constraint analysis final report

  • Prepare and submit the final analysis report for approval

1 day

 

Total Number of Working Days

21 days

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

Conge Banque 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

Haprocurement@hanga-akazi.org

(insert name of procurement officer)

at this email address:

Angella Tugume

(insert email address of the procurement officer).

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

January 22nd 2024

  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.
  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 90 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 31 2024
Duty Station: Kigali
Posted: 16-01-2024
No of Jobs: 1
Start Publishing: 16-01-2024
Stop Publishing (Put date of 2030): 16-01-2066
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.