Supply and Install Automated Maize Milling Machines for CODIGA Cooperative Located in Nyabicwamba Cell, Gatsibo Sector, Gatsibo District, Eastern Province
23 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.
  1. Introduction:

Since July 2024, DUHAMIC-ADRI has partnered with the United Nations High Commissioner for Refugees (UNHCR) through a signed Partnership Framework Agreement (PFA) to implement Phase II of the Climate-Smart Agriculture and Market Development for Enhancing Livelihoods of Refugees and their Host Communities in Rwanda.

The Climate-Smart Agriculture initiative aims to improve food security and self-reliance for 2,036 beneficiaries (732 refugee and 1,304 host community households, including 1,091 women and 945 men). By 2026, this project will benefit over 7,851 family members through climate-smart agricultural practices and a market development approach.

Specifically, the partnership focuses on contributing to achieving the following outcomes of the project: Outcome 1: Increased Agricultural Productivity and Outcome 2: Increased Household Income.

  1. Objective of the tender

The main objective of this assignment is to install and operationalize a fully automated maize milling unit for CODIGA Cooperative, including machine setup, configuration, testing, and initial training of cooperative members.

  1. Scope of Work

The selected company will be responsible for the following:

  • Delivery and Installation:
  • Supply, deliver, and install all required components of an automated maize milling unit (cleaner, dehuller, crusher, sifter, miller, and packaging unit).
  • Ensure proper connection to existing or proposed power sources (including generator, if applicable).
  • Install safety devices and ensure appropriate layout within the processing facility.
  • System Integration:
  • Integrate and test the automation system and digital control panel.
  • Ensure proper calibration and settings for maize processing.
  • Testing and Commissioning:
  • Conduct performance testing and ensure full functionality.
  • Address any technical issues prior to handover.
  • Training:
  • Provide on-site training to at least 10 cooperative members and staff on operating the equipment, basic maintenance, and safety procedures.
  • Post-installation Support:
  • Provide a minimum one-year warranty and technical support.

Include a schedule for preventive maintenance during the warranty period.

  1. Expected Deliverables

The contractor shall provide:

  • Fully installed and functional maize milling unit with automation features.
  • Training report including attendance list and content covered (staff/workers)
  • Operation and maintenance manuals (hard copy or soft copy if applicable).
  • A warranty certificate for one year and signed handover report.

The equipment to be provided should not be second-hand.

  1. Duration of the Assignment

The installation, commissioning, and training must be completed within 30 calendar days from the date of contract signing

Minimum Qualifications of the Company

Interested companies must meet the following criteria:

  • Be a legally registered company in Rwanda or have authorization to operate in Rwanda.
  • Experience in provision of similar assignments (installation of automated maize &other cereals processing units in Rwanda proven by at least 3 references with their contracts from previous clients (the reference should be of at least 50,000,000 Rwf per each contract).
  • Financial and logistical capacity to deliver and install within the required timeframe.

      7. Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Procuring Entity shall in no case be responsible or liable for those costs.

  1. General instruction to bidders (ITB)

A. General

A.1

The Procuring Entity is DUHAMIC-ADRI

The Works consist of : Installation of AUTOMATED MAIZE MILLING MACHINES for CODIGA Cooperative located in NYABICWAMBA cell, GATSIBO sector, GATSIBO district, Eastern province.

The name of the contract : Installation of AUTOMATED MAIZE MILLING MACHINES for CODIGA Cooperative located in NYABICWAMBA cell, GATSIBO sector, GATSIBO district, Eastern province.

A.2

The Intended Completion Date is: 30 calendar days (Tentatively to start from November, 2025).

A.3

The Project is: Climate-Smart Agriculture and Market Development for Enhancing Livelihoods of Refugees and their Host Communities in Rwanda (CSA)

The Funding Agency is DENMARK through the partnership with United Nations High Commissioner for Refugees (UNHCR)

A.4

This tender is National Open Public tender and experienced and competent companies legally registered in Rwanda are only eligible to apply.

A.5

Documents required from bidders are as follows

- Bid security of Two million seventy-nine thousand Rwandan Francs (2,079,000 Rwf) issued by a legally recognized bank or insurance company in Rwanda.

  • At least three similar assignments successfully completed, each with a contract value of not less than 50,000,000 Rwf, proven by good completion certificates accompanied by their respective contracts
  • Detailed CVs, Degrees and letters of each key staff’ availability; their position and responsibilities (mandatory).
  • (Company registration certificate) indicating that the bidder is a specialized entity in either civil or industrial or other related construction works
  • Valid Tax Clearance certificate issued by Rwanda Revenue Authority 
  • Valid Clearance certificate issued by Rwanda Social Security Board 
  • A prrof of using EBM
  • A line of credit or an updated bank statement of at least 50,000,000 Rwf
  • Bid performance guarantee equivalent to 10% of the bid amount (to be provided by the successful bidder upon award may be requested.

Notes : DUHAMIC-ADRI reserves the right to crosscheck all references to be provided by bidders and documents submitted with the concerned client or institution.

A.6

The key personnel to be presented by the bidder for the execution of this tender are :

1. Mechanical engineer: A1/ A0 (Preferably) in Electro mechanical Engineering or other related field. with at least 5 years of experience in related field (Provide a degree and a detailed CV)

2. Electrical Engineer: A1 or A0 in Electricity or related field with Five years of experience in electrical supply works.

B. Address of the Procuring Entituy

B.1 The Procuring Entity addresses for clarification are :

 DUHAMIC-ADRI, P.O.BOX 1080,

Kigali – Rwanda (Kicukiro District, Niboye Sector)

E-mail : duhamic@duhamic.org.rw / procurement@duhamic.org.rw  

Tel : 0788305329

C. Preparation of Bids

C.1

The language of the bid is: English  

C.2

Currency : Rwandan Francs 

C.3

The Bid shall be valid for : 120 days 

C.4

The number of copies of the Bid to be completed and returned shall be: One original copy

D. Submission of Bids

D.1

1. Submission Requirements

Bidders are required to submit their offers in one sealed envelope no later than September 4,2025 at 11 :00AM

After registration of the bid sender at DUHAMIC-ADRI reception office, the sender will be directed to a bid box for bid submission.

Financial Proposal Opening Date &Time : September 4,2025 at 11 :30 AM

  1. RESPONSIBILITY OF THE CLIENT

The client will:

  • Ensure free access to the site.
  • Provide the contractor with any assistance as the contracting firm may be entitled to in accordance with the Terms of Reference.
  • Provide the contractor with all documents, information reports, data, any existing photographs and other information pertaining to the contractor’s work.
  • Ensure the timely payment of executed works based on terms and conditions agreed on by two parties as will be defined in the contract.
  1. RESPONSIBILITY OF THE CONTRACTING FIRM
  • The contracting shall carry out work in a professional manner in keeping with internationally accepted standards, using qualified and appropriate staff. They shall endeavor to implement the assignment with diligence and within the time agreed upon in the contract.
  • The contracting firm shall be responsible for providing their staff with all payments including salaries, travel and accommodation costs as they may be required. The Consultants shall replace any staff member who is unable to carry out the work or is considered by the Client to be unsuitable. As per the rules in keeping with internationally accepted standards for assignment of this nature, the replacement of any of the Consultants' staff should be by a person of equal competence at the same cost and subject to the approval of the Client.
  • The contracting firm shall be responsible for its office costs, the cost of housing and other services for his staff whilst in Rwanda and procurement and transport of all office, technical equipment, machinery and hire of vehicles needed for the marshland reclamation and development.
  • The contracting firm shall be responsible for arranging and meeting the cost of all but not limited to supporting services for assessments, topography survey, soil surveying, geotechnical investigation, laboratory analysis, and for the printing of all reports (in English).
  • The contracting firm shall work together with relevant professional technicians from Gatsibo district and RAB (Nyagatare station) and other institutions with experience and expertise in the domain.
  • The contract firm respects all environmental and safeguarding recommendations as defined in the reports of feasibility study and technical design of Nyabicwamba small maize processing unit for CODIGA cooperative.
  1. Bill of quantities and financial proposal

Based on the scope of services and detailed scope of work, expected quality of work, complexity of the implementation and information provided in terms of reference.

The financial proposal shall be presented in the given template and per different items.

The price quotations and financial proposal shall be prepared based on the following bill of quantities

AUTOMATED MAIZE MILLING MACHINES (18T/24Hrs)

S/N

PARTICULARS

QTY

UNIT PRICE (Rwf)

TOTAL PRICE

(Rwf)

A.CLEANING SECTION

1

INTAKE ELEVATOR WITH HOPPER

1

Specifications

Power: 1.5KW 3phase motor 

Bucket: plastic (food grade)

2

COMBINED PRE-CLEANER/DESTONER

1

Specifications

Production capacity: 2-2.5T/hr

Power: 0.25x2kw +5.5kw

Material: Carbon steelQ235

Coupled with low pressure fan

3

ELEVATOR FOR CLEAN MAIZE

1

Specifications

Power: 1.5KW 3phase motor 

Bucket: plastic (food grade)

4

STORAGE BIN FOR CLEAN MAIZE

1

Specifications

Capacity: 3T 

Material: Mild steel plate 

Plate thickness :3mm

Frame: U-channel 80x6mm

it must have a strong protected ladder

They should be Raying on a flow 

It must have convenient opening and closing system (eg: screw and nut, rack and pinion, pneumatic, etc)

It must have a cover and manhole

B.PROCESSING SECTION

5

DEMPENER  

1

Specifications

Production capacity: 3.5Tone/hr.

Materials: stainless steel 

Power: 1.75 KW 3Phase geared motor

Thickness of 3mm

Capacity: 3 Tons per hour

It must have a stainless-steel removable cover

It must have a uv water filter

6

HULLER FOR 1ST HULLING

1

Specifications

Model: Ndume type 

Production capacity: 1-1.5Tone/hr.

Materials: stainless steel for all parts in

contact with milling products 

Power: 50HP 3phase motor

7

ELEVATOR FOR 1ST HULLED

1

MAIZE

Specifications

• Power: 1.5KW 3phase motor 

• Bucket: plastic (food grade)

8

STORAGE BIN FOR 1ST HULLED

1

MAIZE

 Specifications

Capacity1.5T

Material: stainless steel plate

Plate thickness: 2mm

Frame: L-angle 60x6mm

It must have a strong protected ladder

They should be Raying on a flow 

It must have convenient opening and closing system (eg: screw and nut, rack and pinion, pneumatic, etc)

It must have a stainless-steel cover and man hole

9

HULLER FOR 2nd HULLING

1

Specifications 

Model: Ndume type 

Production capacity: 1Tone/hr.

Materials: stainless steel for all parts in

contact with milling products 

Power: 50HP motor

10

ELEVATOR FOR 2ND HULLED MAIZE

1

Specifications

• Power: 1.5KW 3phase motor 

• Bucket: plastic (food grade)

11

STORAGE BIN FOR 2nd HULLED

1

MAIZE

 Specifications

Capacity3T

Material: stainless steel plate

Plate thickness: 3mm

U-channel 80x6mm

It must have a strong protected ladder

They should be Raying on a flow 

It must have convenient opening and closing system (eg: screw and nut, rack and pinion, pneumatic, etc)

It must have a stainless-steel cover and manhole

12

MAIZE HAMMER MILLS

1

Specifications 

Model: Ndume type 

Production capacity: 800Kg/hr.

Materials: stainless steel for all parts in contact with milling products

Plate size involved:16mm hammering chamber

Outer body: 8mm

Hopper and fan box: 5mm

Discs: 6mm

Hammers: 5mm

Top cover: 5mm

Fan: 3mm

Shaft:50.8mm

Power: 50HP motor

They should not be noisy with minimum vibration

13

AIRLOCKS WITH CYCLONE

1

Specifications

Model: 5L

The airlock should be able to separate the air and flour

14

GEARED MOTOR

1

Specifications

Power: 1.1KW 3phase motor

C.PACKING SECTION

15

STORAGE BIN FOR MAIZE FLOUR

1

Specifications

 Specifications

Capacity1.5T

Material: stainless steel plate

Plate thickness: 2mm

Frame: L-angle 60x6mm

It must have a strong protected ladder

They should be Raying on a flow 

It must have convenient opening and closing system (eg: screw and nut, rack and pinion, pneumatic, etc)

It must have a stainless-steel cover and man

16

ELEVATOR FOR FLOUR

1

Specifications

• Power: 1.5KW 3phase motor 

• Bucket: plastic (food grade)

17

AUTOMATIC FLOUR PACKING MACHINE

1

Model: Link-25F

Scale brand: HRBLink

Sewing machine brand: Qinggong 

Power: 3.5Kw

Speed (bag/h): ≥200 

Voltage: AC380V/50Hz

Conveyor belt length: 2 (m) Belt width: 300 mm

18

DUST COLLECTOR

1

Specifications

Materialmild steel

Number of clothe 9

19

CONTROL PANEL

3

Cabinet composed of protective devices against overload and short circuit

Main components including:

CONTACTORS, RELAYS, MCB, MCCB, indicating light, push button, ammeter, voltmeter, busbar, etc 

22

CABLES (From cash power to motors)

---

INCLUSIVE

Price for all needed cables to be included from cash power up each machines/motor

Cables must comply with the country’s standard

Note: COOPERATIVE Will be responsible for cash power acquisition from REG

23

INSTALLATION COST

--

INCLUSIVE

S/TOTAL

VAT@18% TOTAL

G/TOTAL

Notice:

  1. The successful bidder will agree to employ local population, especially Climate-Smart Agriculture Project participant registered during participants registration and will use local materials as much as possible when they are available.
  2. The payment modalities will be discussed and agreed on during contract negotiation.

Safeguarding and Anti-Corruption clauses

The consultancy firm/ consultant will be responsible for observing and respecting the DUHAMIC-ADRI code of conduct, ethical, protection and safeguarding policies and will hire and retreat with dignity, transparency and equity all staff and team members in different levels including business mentors and coaches. DUHAMIC-ADRI treat all people with dignity and respect and takes a zero tolerance on harassment, harm, sexual-abuse, exploitation, child labor, and human trafficking and any other conduct that is discriminatory or disrespectful to others. DUHAMIC-ADRI don’t tolerate any form of corruption. During the execution of the contract, the consultancy firm/ consultant and its staff will be bound by DUHAMIC-ADRI Values and approved policies where among them are the following:

  • DUHAMIC-ADRI Safeguarding and Child Protection policy
  • DUHAMIC-ADRI Prevention of Sexual Harassment, Exploitation and Abuse at work policy.
  • DUHAMIC-ADRI Gender and non-discrimination policy.

 Moreover, the consultancy firm/ consultant must ensure the regular payment of its staff to avoid complaints and the negative side effects for DUHAMIC-ADRI image and its partners. DUHAMIC-ADRI will have rights and responsibilities to monitor and crosscheck if the terms and conditions for the consultancy team members are followed and mutually respected.

 At any time DUHAMIC-ADRI has the right to check whether your organization complies with the safeguarding and protection procedures and take appropriate action.

Note:

  • DUHAMIC-ADRI reserves the right to conduct due diligence on the references provided by the bidder. If any reference is found to be unauthentic, it will lead to the immediate disqualification of the bidder.
  • Blacklisted bidders from RPPA are not allowed to participate in this tender and DUHAMIC-ADRI reserved the right to reject such bids.
  • Before contracting, DUHAMIC-ADRI will conduct vetting of successful bidders against terrorism-related databases. Any bidder found to have links or matches with terrorism will be automatically disqualified.
  • Women and persons with disabilities fulfilling required conditions and qualifications are encouraged to apply.

Done at Kigali, August 28,2025

MUHIGIRWA Benjamin

Executive Secretary

Prepared by

Verified by

Approved by

RUTAYISIRE Richard

Project Coordinator

HABIMANA Theogene

Programs Manager

MUHIGIRWA Benjamin

Executive Secretary

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 11,2025
Duty Station: Kigali
Posted: 29-08-2025
No of Jobs: 1
Start Publishing: 29-08-2025
Stop Publishing (Put date of 2030): 29-08-2071
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.