SNV RWANDA has floated a tender for Car Rental Services. The project location is Rwanda and the tender is closing on 13 Aug 2018. The tender notice number is , while the TOT Ref Number is 25661368. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Rwanda

Summary : Car Rental Services

Deadline : 13 Aug 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25661368

Document Ref. No. :

Competition : ICB

Financier : United States Agency for International Development (USAID)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : SNV RWANDA
Kigali Attn: Jeanne Umuzigambeho-Isuku Iwacu Project Coordinator
Rwanda
Email :isukuprocurement@gmail.com
URL :http://www.snvworld.org

Tender Details

Quotation are invited for Car Rental Services.

About SNV

SNV is a not-for-profit international development organization. We have built a long-term, local presence in 38 developing nations in Asia, Africa, and Latin America, providing innovative solutions in Agriculture, Water, Sanitation and Hygiene, and Renewable Energy. SNV has been working in Rwanda for more than 35 years to improve people’s livelihoods by strengthening the capacities of public and private sector organisations. SNV works in full alignment with Rwanda’s development agenda. It does so by helping to realize the national development goals in three sectors above mentioned.

Website:

http://www.snvworld.org

Request for Quotations (RFQ)

RFQ Number: RRSA/007/2018

Issuance Date: August 6, 2018

Deadline for Offers: August 13, 2018, 17:00 Local Time

Description: Request for Quotations (RFQ) for the supply of the following:

CAR RENTAL SERVICES

For: SNV - USAID-Funded Isuku Iwacu Rwanda Rural Sanitation Activity (RSSA)

Point of Contact: Jeanne Umuzigambeho-Isuku Iwacu Project Coordinator, isukuprocurement@gmail.com

***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS *****

SNV is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit.

SNV does not tolerate fraud, collusion among offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector General.

Employees and agents of SNV 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 USAID and the Office of the Inspector General. In addition, SNV will inform USAID and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, gratuity, object of value, or compensation to obtain business.

Offerors responding to this RFQ must include the following as part of the proposal submission:

Disclose any close, familial, or financial relationships with SNV or project staff. For example, if an offeror’s cousin is employed by the project, the offeror must state this.
Disclose any family or financial relationship with other offerors submitting proposals. For example, if the offeror’s father owns a company that is submitting another proposal, the offeror must state this.
Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition.
Certify that all information in the proposal and all supporting documentation are authentic and accurate.
Certify understanding and agreement to SNV’ prohibitions against fraud, bribery and kickbacks.
Please contact Jeanne Umuzigambeho, Isuku Iwacu-Project Coordinator, at Isukuprocurement@gmail.com with any questions or concerns regarding the above information or to report any potential violations.

Section 1: Instructions to Offerors

Introduction:
The USAID-funded Isuku Iwacu project is a four-year rural sanitation project awarded on September 2, 2016.The project is being executed by a consortium of Non-Governmental Organizations headed by SNV, and including World Vision International and Water for People. The overall goal of the Isuku Iwacu is to increase local ownership and capacity to deliver sustainable, high quality sanitation and hygiene services in order to decrease childhood stunting.

To support the activities of the project, Isuku Iwacu is currently requesting quotations for a Vehicle Rental Service, as detailed in Section 3 of this RFQ.

Offerors are responsible for ensuring that their offers are received by SNV in accordance with the instructions, terms, and conditions described in this RFQ. Failure to adhere with instructions described in this RFQ may lead to disqualification of an offer from consideration.

Offer Deadline and Protocol: Offers must be received no later than 17:00 Kigali, Rwanda time on Monday, August 13, 2018, by email delivery to Jeanne Umuzigambeho - Isuku Iwacu Project Coordinator at isukuprocurement@gmail.com. Please include in the subject line: “Your company name-Vehicle Rental Service.” Offers received after the specified time and date will be considered late and will be considered only at the discretion of SNV.
Questions: Questions regarding the technical or administrative requirements of this RFQ may be submitted no later than 17:00, Kigali, Rwanda time on Thursday, August 8, 2018, by email to isukuprocurement@gmail.com. Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification—and the responses thereto—that SNV believes may be of interest to other offerors will be circulated to all RFQ recipients who have indicated an interest in bidding.
Only the written answers issued by SNV will be considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal information received from employees of SNV or any other entity should not be considered as an official response to any questions regarding this RFQ.

4. Terms of Reference and Price Schedule Format: Section 3 contains the terms of reference required and the price schedule format for submitting a quotation.

5. Quotations: Quotations in response to this RFQ must be priced in Rwandan Francs on a fixed-price, all-inclusive basis, including delivery and all other costs. Offers must remain valid for not less than forty-five (45) calendar days after the offer deadline. Prices quoted must remain fixed for a minimum of 12 months. Offerors are requested to provide quotations on their official quotation format or letterhead.

6. Taxes and VAT:

The quotations (per unit) must be inclusive of all applicable taxes, VAT, charges, tariffs, duties and levies.

7. Eligibility By submitting an offer in response to this RFQ, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. SNV will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.

8. Evaluation and Award: The award will be made to a responsible offeror whose offer follows the RFQ instructions, meets the eligibility requirements, and is determined via analysis to be the best value based on application of the following evaluation criteria. The relative importance of each individual criterion is indicated by the number of points below:

Selection Criteria

Score

PRICE

50

COMPANY EXPERIENCE & COMPLETION CERTIFICATES

20

TECHNICAL RESPONSIVENESS/FULL COMPLIANCE TO TERMS OF REFERENCE

30

Price: The overall cost presented in the offer.

Technical Responsiveness/Full compliance to the terms of reference: the overall ability of the vendor to provide the services required in the terms of reference and the quality of those services.

Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFQ, an offer may be deemed “non-responsive” and thereby disqualified from consideration. SNV reserves the right to waive immaterial deficiencies at its discretion.

It is anticipated that award will be made solely on the basis of these original quotations. However, SNV reserves the right to conduct any of the following:

Conduct negotiations with and/or request clarifications from any offeror prior to award.
While preference will be given to offerors who can address the full technical requirements of this RFQ, SNV may issue a partial award or split the award among various suppliers, if in the best interest of SNV.
SNV may cancel this RFQ at any time.
11. Terms and Conditions: This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate SNV to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer. Please note the following terms and conditions will apply:

Any award resulting from this RFQ will be in the form of Local Purchase Order.
Delivery of the product will include delivery, packaging, waiting, unloading, and installation. All materials and equipment delivered will be subject to inspection and approval, notwithstanding prior payment. The offeror will be responsible for transportation and changes both ways on rejected materials and equipment.
SNV’s standard payment terms are net fifteen (15) days after receipt and acceptance of any commodities or deliverables.
Release of payment is conditional on the written acceptance of the product based on full-compliance with RFQ requirements and any resulting Local Purchase Order
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.
United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The supplier under any award resulting from this RFQ must ensure compliance with these laws.
Section 2: Offer Checklist

To assist offerors in preparation of proposals, the following checklist summarizes the documentation to include an offer in response to this RFQ:

Official quotation, including a statement acknowledging acceptance of the terms of reference, and completion of the pri

Documents

 Tender Notice