Retrofitting 60 Houses in Ngororero District tender at DUHAMIC-ADRI
16 Days Ago
Linkedid Twitter Share on facebook
  1. Brief description of DUHAMIC-ADRI

DUHAMIC-ADRI is a Non-Governmental Organization legally recognized under Rwandan Law. The organization was founded in 1979 with the objective of assisting farmers in organizing themselves to combat constraints related to rural marginalization. Over the years, its operations have expanded from local and regional levels to the national level. The Constituent General Assembly of April 20, 1985, officially established DUHAMIC-ADRI as an NGO operating throughout Rwanda.

DUHAMIC-ADRI was legally recognized by Ministerial Order No. 943 of July 12, 1985. Its statutes were later modified and recognized by Ministerial Order No. 025/11 of March 21, 2005. The organization also fulfilled all requirements under Law No. 04/2012 of February 17, 2012, governing national non-governmental organizations and received a compliance certificate from the Rwanda Governance Board (RGB) on June 17, 2013.

Vision: A rural world responsible for its self-socio-economic development.

Mission: Supporting integrated development through rural population initiatives aimed at self-development.

Objectives:

  • Combating the marginalization of rural areas.
  • Promoting and strengthening associations, cooperatives, and farmers' groups.
  • Supporting rural development initiatives in various socio-economic sectors.

2. Introduction of Climate Just Community (CJC) Project 

The Scottish Government (SG) was the first Government globally to commit funds specifically to climate justice, launching the Climate Justice Fund (CJF) in 2012, and ensuring that this fund not only supports communities in partner developing countries to become more resilient to climate change but does so in way that acknowledges, and tackles embedded inequalities. 

Following an independent evaluation in 2021 of the Climate Justice Fund’s work, drawing on experiences of communities in Malawi, Zambia and Rwanda who have implemented or are supported by the Fund and stakeholder feedback on the Climate Justice Fund, the Scottish Government set a future approach for action on climate justice and prioritized targeting the funding to the people most vulnerable to climate change in the communities particularly women and youth and ensuring their participation is at the center of the Fund’s work which will be achieved through delivering against distinct pillars of climate justice. In March 2022, in line with this revised approach, the Scottish Government relaunched the CJF and a Supplier Event to provide details of this opportunity and answer questions on the program specification, procurement and tendering process was held. In May 2022, the Scottish Government advertised a competitive, open tender procedure for the Provision of Climate Just Communities in Malawi, Zambia and Rwanda but the invitation to tender was published on 7 September 2022. 

In response to this invitation to tender, a consortium made of Trōcaire, the Scottish Catholic International Aid Fund (SCIAF) and Christian Blind Mission (CBM) UK was constituted, with local partners including Rwanda Climate Change and Development Network (RCCDN), its member’s organizations (DUHAMIC-ADRI, DUTERIMBERE NGO) as well as the National Union of Disabilities Organization Rwanda (NUDOR). This Consortium submitted a tender on 18 November 2022 and on 11 July 2023, the Scottish Government awarded the CJC contract to the Consortium. The contract entered into force on 1 August 2023 and will run until March 2025, with the option to extend up until March 2026.

The purpose of the 3-year Scottish Government funded CJC Program is to implement effective climate justice interventions focusing on community voice and needs, prioritizing marginalized communities, women, and people with disabilities, and considering the Scottish Government’s pillars of climate justice. The CJC Program will be “of” and “for” the community: communities will be engaged in a participatory, culturally sensitive manner to identify climate-change-related needs (in their own terms) then design interventions (owned by them) to respond.

The Program is being implemented across 3 Districts (Gisagara, Karongi & Ngororero) and jointly in consortium with Trocaire (Principle Sub-Contractor) and local delivery partners including Rwanda Climate Change and Development Network (RCCDN), its member’s Organizations (DUHAMIC-ADRI, DUTERIMBERE NGO) as well as the National Union of Disabilities Organization Rwanda (NUDOR)O

  1. Rationale and objectives

In Year 3 of the CJC Project, the primary focus is on retrofitting homes for individuals affected by various disasters, The key activities planned include the comprehensive upgrading of 60 houses, which will involve strengthening walls and roofs, installing rainwater harvesting systems, and implementing other related improvements. These efforts aim to enhance the structural resilience of the houses, ensuring they are better equipped to withstand future disasters.

Objectives for retrofitting houses:

  • Enhance Structural Resilience: Strengthen the structural elements of houses (e.g., walls, roofs, and foundations) to withstand natural disasters such as floods, landslides, and strong winds.
  • Improve Safety and Security: Reduce the risk of injury or death during disasters by reinforcing buildings to prevent collapse or major damage.
  • Improve Living Conditions: Upgrade basic housing facilities (e.g., ventilation, insulation, water management systems) to make homes healthier and more comfortable.
  • Promote Environmental Sustainability: Integrate environmentally friendly systems such as rainwater harvesting and energy-efficient materials to reduce the ecological footprint.
  • Support Vulnerable Populations: Prioritize retrofitting for households most at risk, including those affected by past disasters, low-income families, and people with disabilities.
  • Build Community Resilience: Strengthen the overall preparedness and resilience of communities by reducing their vulnerability to future disasters.
  1. Scope of work

This tender is divided into 3 lots as follows:

  • Lot 1: Construction of 20 houses in Kageyo Sector, Ngororero District
  • Lot 2: Construction of 20 houses in Muhanda Sector, Ngororero District
  • Lot 3: Construction of 20 houses in Muhanda Sector, Ngororero District

DUHAMIC-ADRI is expecting the following:

  • Scope of work

The following are works to main houses:

  • Construction of houses not less than 5m to 7m 
  • Supply and installation of metallic external doors of 90/200cm together with handle (Kale No 1) and windows of 60x70 com including painting works (grey color).
  • Painting on external doors and windows with grey color.
  • Painting on internal walls with blue color.
  • Supply and install wood internal doors. 
  • Supply & fix roof covering iron sheet 30BG.
  • Supply and apply internal and external plastering (walls of ratio 1:4 with 32.5 cement)
  • Supply and apply external hard plastering (Gutera karabasase); 
  • Construction of foundation with stone and cement (igisima with all finishing) of at least 30x25cm
  • Pavement works using stones and cement in all internal surfaces
  • Supply and fixing of ceiling made in Triplex (all inside ceiling)
  • Supply and installation of rainwater harvesting metallic gutters including painting works for both sides
  • Supply and installation of rainwater harvesting tanks and all accessories (refer to the technical specifications provided)
  • Construction of Fence made in imihati or imiyenzi with tree (2 m between one tree to another) and Supply and Fixing One Single Door (1m Large With 2m Height) Made in Iron sheet BG30
  • Construction of toilet (refer to detailed specifications provided)
  • Construction of kitchen (refer to detailed specifications provided)

Notice: For the cases where the houses to be retrofitted were severely damaged, the contractor shall start the construction from scratch without additional costs, and the same case will be applied for the sites with plots/or buildings at earlier stage.

On Kitchen: Construction of a 2m x 3m kitchen 

  • Excavation of trenches foundation 
  • Construction of foundation stone masonry with mud mortar (of at least 25x20cm)
  • Construction of elevation brick walls using mud bricks with mud mortar
  • Works of plastering internal and external walls of ratio 1:4 with 32.5 cement
  • Supply and fix internal timber door size (90cm*200cm) with timber made 1 window of size 500*600mm including its accessories 
  • Pavement works using stones, sand and cement (walls of ratio 1:2 with 32.5 cement)
  • Supply & fix roof truss in wooden member (rafters & purlins)
  • Supply & fix roof covering iron sheet 30BG
  • Supply and installation of door (190x90cm) and window (60x60cm)

On Toilet: Construction of a 2m x 2m toilet with at least 8m³ pit capacity

  • Construction of toilet in mud bricks with stones foundation
  • Supply and apply internal and external plastering 
  • Supply & fix roof covering iron sheet 30BG
  • Concrete and pavement work using cement and concrete iron 
  • Supply and installation of door in wood

Notice:All these houses must be constructed in accordance with national building regulations that protect the rights of people with disabilities. For instance: 

  • Doors should be at least 90 cm wide and 200 cm high.
  • Door handles should be located at a height of 90cm above the ground
  • Detailed specification for rainwater harvesting tanks

No

Description

Unit

Quantity

1

Site installation

Ls

1

2

Terracing, digging, cutting, excavation, backfilling, overlay of surplus soil and land remediation, including all accruals

Cum

8

3

Supply and install PVC 90 mm PN 10

pcs

5

4

Socle foundation in stones joined by mortar cement proportioned with 250Kg/m3. The faces remaining visible will have to be assembled carefully in apparent masonry joints with blinding concrete 5 cm thick and screed cement on the top of foundation, the height of the socle must be 90cm

Cum

7

5

Construction drainage channel in stone masonry, blinding concrete 5 cm thick on base and screed cement mortar on the top

Cum

1

6

Supply of accessories including Elbow &T

Pvc 90mmm

pcs

10

7

Supply and fix the filter in welded mesh at the enterance of channel to soak pit

Ls

1

7

Supply and install plastic water tank of 5 m3

pcs

1

9

Supply and install an original water tap

pcs

1

Total cost 


​​​​​​​​​​​​​​
Detailed specifications for toilet

BOQ FOR RURAL TOILET (2*2m) 

Item

Description of works/activities

Unit

Qty

I

PRELIMINARY WORKS

   

1,1

Site installation or site clearance

FF

1

 

S/Total

   

II

EART WORKS

   

2,1

Excavation or dig toilet hole 8x1.5x1.1

m3

13.2

 

S/Total

   

III

CONCRETE

   

3,1

reinforced concrete slab above toilet hole 1:1:3 with bar ø 14mm

m3

0.6

 

S/Total

   

IV

WALLING

   

4,1

1m brick elevation below the surface of the toilet hole 

m3

1

4,2

mud block (rukarakara) on walls with 2.8m

m2

22.4

4,3

plastering of wall external and internal with 1:3 with cement of 42.5

m2

48.8

4,4

woodern door 2.1m

pce

1

4,5

pavement of internal toilet with stone 

m2

7.2

4,6

Balcony around the toilet 50cm (Trotoire) with stone masonry (IGISIMA)

m2

4

 

S/Total

   

V

ROOFING & RAINWATER DISPOSAL

   

5,1

supply and fix wooden truss with anti carosion paint

ff

1

5,2

supply and installation of roof sheet BG30

M2

9

Specifically, for people with disabilities, the construction of their houses must comply with building regulations for people with disabilities.

​​​​​​​

  1. Deliverables

The contractor will be expected to provide the following deliverables:

  • Retrofitted houses with all works completed as detailed in the scope of work
  • Detailed report indicating how the activities have been completed. The report must be approved by the DUHAMIC-ADRI assigned staff.

 6. Required Documents for Submission

  1. A Company registration issued by RDB
  2. A valid RSSB clearance certificate 
  3. A valid Tax Clearance Certificate issued by RRA
  4. Proof of use of the Electronic Billing Machine (EBM) (An invoice submitted in the past or EBM usage certificate)
  5. A Site Visit Certificate to be issued by DUHAMIC-ADRI during the visit (company representative must have skills in construction works)
  6. 3 certificates of good completion for similar work (construction or retrofitting of similar buildings) with their contracts (Certificates without contracts will not be accepted) 
  7. CV and degree of project leader (A0 in Civil Engineering)
  8. A credit line or an updated bank statement equivalent to or above 50,000,000 Rwf.
  9. A commitment letter proving to complete the assignment in a period not exceeding 60 calendar days starting from the contract signature date.
  10. Bid security 
  • Lot 1: (Kageyo Sector): 1,788,483 Rwf
  • Lot 2: (Muhanda sector): 1,605,513Rwf
  • Lot 3: (Kavumu Sector): 1,674,323 Rwf

All the above documents are mandatory; failure to submit any of them will result in automatic disqualification.

7. Safeguarding clause

Safeguarding and protection from Sexual Exploitation and Abuse (PSEA) is everyone’s responsibility who works directly or indirectly with DUHAMIC-ADRI services delivery and operations. All DUHAMIC-ADRI staff and affiliates, including volunteers and Suppliers; sub-Suppliers’ staff and implementing partners are required to adhere to DUHAMIC-ADRI’s full safeguarding and protection policy procedures and the separate Code of Conduct that always values principles of PSEA.

DUHAMIC-ADRI has a zero tolerance to Sexual Exploitation and any other form of abuse. Child and vulnerable abuse, exploitation, harassment, discrimination, and human trafficking are strongly prohibited behaviours. All implementing partners/suppliers who are contracting with DUHAMIC-ADRI must adhere to DUHAMIC-ADRI’s full safeguarding and protection policy in addition to the code of conduct.

By applying to this tender, the supplier, is committed to denounce and to report any safeguarding issues or fraud face to face or at the reporting email for safeguarding issues at” feedback@duhamic.org.rw ”, Toll Free: 8470 and telephone number: 0788305329 without delays.

By Applying to this tender as a supplier, I understand that DUHAMIC-ADRI has the rights to ensure 100% compliance with safeguarding and protection policies via spot checks or any other form of control mechanisms. If my business isn’t compliant, DUHAMIC-ADRI will take appropriate measures or immediately stop the contract of financial support depending on the nature and severity of the safeguarding incident detected.

Note: 

  • After the tender opening session, each bidder will submit an Excel version of their financial proposal (quotation), which must match the hard copy submitted for verification purposes. In case of any discrepancies, the hard copy submission will be considered as the official version.
  • DUHAMIC-ADRI reserves the right to conduct due diligence on the references provided by bidders. If any reference is found to be unauthentic, it will result in immediate disqualification. The same applies to administrative documents such as Tax Clearance, RSSB Clearance, VAT certificate, and others 
  • Bidders are allowed to apply for more than one lot; however, no bidder will be awarded more than one lot.
  • As this tender has been re-advertised, bidders who wish to re-apply may use certain documents already submitted in the previous tender process, such as a valid bid security (still valid up to the new submission deadline). In addition, bidders who do not wish to revisit the sites may submit the site visit certificates obtained during the first visit session.
  • Bidders who are blacklisted by RPPA are not eligible to participate in this tender. DUHAMIC-ADRI reserves the right to reject such bids.
  • Women and persons with disabilities fulfilling required conditions and qualifications are encouraged to apply.
  • Local companies/builders fulfilling the requirements are highly encouraged to apply.
  • Prior to contracting, DUHAMIC-ADRI may request the successful bidder to provide a performance guarantee equivalent to 10% of the contract value.
  • Prior to contracting, DUHAMIC-ADRI will conduct a vetting process to the successful bidders to ensure compliance with anti-terrorism and other regulatory requirements.
  • The proposed costs must include all applicable taxes

Thank you for expressing interest in working with DUHAMIC-ADRI

Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: September 10, 2025
Duty Station: Kigali
Posted: 05-09-2025
No of Jobs: 1
Start Publishing: 05-09-2025
Stop Publishing (Put date of 2030): 05-09-2070
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.