CULTIVATING NEW FRONTIERS IN AGRICULTURE (CNFA) has floated a tender for Supply of Water Harvest Equipment (Water Tanks). The project location is Rwanda and the tender is closing on 27 Aug 2019. The tender notice number is HW-2019-08-16, while the TOT Ref Number is 35487505. 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 : Supply of Water Harvest Equipment (Water Tanks)

Deadline : 27 Aug 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 35487505

Document Ref. No. : HW-2019-08-16

Competition : ICB

Financier : United States Agency for International Development (USAID)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : CULTIVATING NEW FRONTIERS IN AGRICULTURE (CNFA)
Attn: Mr. Aaron Gatabazi, Procurement &Operations Manager KG 28 AV, 7, Kimihurura- Gasabo District
Rwanda
Email :hingaweze@cnfarwanda.org

Tender Details

Quotation are invited for Supply of Water Harvest Equipment (Water Tanks).

Introduction:
The Feed the Future Rwanda Hinga Weze Activity (Hinga Weze) is a USAID program implemented by Cultivating New Frontiers in Agriculture (CNFA) in Rwanda. The goal of the Rwanda Hinga Weze project is to sustainably increase smallholder farmers’ income, improve the nutritional status of Rwandan women and children, and increase the resilience of the agriculture and food systems to the changing climate.

In order to achieve nutritional component objectives, Hinga Weze plans to procure water tanks for water harvest for its nutrition component beneficiaries. This equipment will be delivered in one lot as indicated in section 4 of technical requirements.

The purpose of this Request for Quotations (RFQ) is to solicit quotations for these items. Offerors are responsible for ensuring that their offers are received by CNFA 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 4:00 PM, Kigali City time, on August 27, 2019. Offers must be submitted by email or hard copy delivery to the Feed the Future Rwanda Hinga Weze office. Any emailed offers must be emailed to hingaweze@cnfarwanda.org while any hard copy bids must be stamped and signed by the offeror’s authorized representative and delivered to the Feed the Future Rwanda Hinga Weze office located at KV 28 AV, House 7, Kimihurura/Gasabo District, Kigali, Rwanda.

Please reference the RFQ number and clearly indicate the lot title in the subject line of an email or on outer envelope for hard copies bids for this RFQ. Offers received after the specified time and date will be considered late and will be considered only at the discretion of CNFA. The cover page of this solicitation summarizes the important dates of the solicitation process. Offerors must strictly follow the provided deadlines to be considered for award.

Questions:
Questions regarding the technical or administrative requirements of this RFQ may be submitted no later than 5:00 PM/Kigali time on August 19, 2019, by email to hingaweze@cnfarwanda.org. Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification - and the responses thereto - that CNFA believes may be of interest to other offers will be circulated to all RFQ recipients who have indicated an interest in bidding on or about August 20, 2019

Only the written answers issued by CNFA will be considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal information received from employees of CNFA or any other entity should not be considered as an official response to any questions regarding this RFQ.

Technical Requirements:
The table below contains the detailed specifications or/and requirements of the commodities. Offerors are requested to provide quotations containing the information below on official letterhead or official quotation format. All commodities offered in response to this RFQ must be new and unused. Please note that unless otherwise indicated, stated models are for illustrative description only. An equivalent substitute, as determined by the specifications, is acceptable.

#

Item

Specifications

Quantity

Unit Measure

Unit price (RWF)

Total Price

(RWF)

1

Water tank

Plastic, weight/density

1000-liter capacity, with lid and other basic accessories for water connectivity (cabling excluded),



Delivery point: To be delivered in ten districts (Bugesera, Ngoma, Gatsibo, Kayonza, Nyamagabe, Nyamasheke, Karongi, Rutsiro, Nyabihu, Ngororero)

Point of delivery: Hinga Weze District offices, each district to receive 30 tanks

300

Unit





Sub Total Amount





Taxes





Grand Total





Maximum Delivery time (after receipt of order): 30 calendar days, though a shorter period is preferred.

Payment terms: Within 15 calendar days upon completion of delivery.

Quotations:
Quotations in response to this RFQ must be priced on a fixed-price, all-inclusive basis, including delivery and all other costs. Pricing must be presented in RWF currency. As a USAID-sponsored contractor, CNFA is exempted from being charged import duties and other eligible taxes and therefore, offers must indicate detailed prices for items and relevant taxes separately. Offers must remain valid for not less than sixty (60) calendar days after the offer deadline. Offerors are requested to provide quotations on official letterhead or format; in the event, this is not possible, offerors may complete the table in Section 4.

Delivery:
The delivery location for the items described in this RFQ is Feed the Future Rwanda Hinga Weze Activity’s districts offices, located in each indicated district city, specified above. Exact addresses will be provided to the selected offeror prior to delivery. As part of its response to this RFQ, each offeror is expected to provide an estimate (in calendar days) of the delivery timeframe (after receipt of order) and proposed payment terms. Please note that the maximum delivery time after receipt of order is 30 calendar days but a shorter period is preferred. The delivery estimate presented in an offer in response to this RFQ must be upheld in the performance of any resulting purchase order.

Source/Nationality/Manufacture:
All goods and services offered in response to this RFQ or supplied under any resulting award must meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228. The cooperating country for this RFQ is Rwanda. Offerors may not source commodities from any of the prohibited source countries, including Syria, Cuba, North Korea, or Iran.

Warranty:
The Supplier warrants and implies that the items to be delivered hereunder are merchantable and fit for use for the particular purpose described in this RFQ. All equipment supplied under this order must be covered by the manufacturer`s standard international warranty which shall, at a minimum, protect CNFA from any loss due to defective workmanship, material, and parts, for 12 months after the equipment is delivered to and accepted by CNFA. In the event that the warranty is breached, CNFA may require, and the Supplier is bound, to remedy all defects and faults, including both workmanship and materials within a reasonable time of notification. The Supplier shall be responsible for all necessary domestic transportation charges required to ship the defective commodities to the Supplier and replacement commodities to CNFA. In the event of the Supplier`s refusal, failure, or inability to remedy such discrepancies within a reasonable time of notification, CNFA may remedy such defects on its own and claim the reasonable cost of such remedial action from the Supplier.

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. CNFA will not award a contract to any firm that is debarred, suspended, or ineligible by U.S. Government.

Evaluation:
The award will be made to a responsible offeror whose offer follows the RFQ instructions, meets the eligibility requirements, and is determined via Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The minimum technically acceptable criteria for this RFQ include:

Submit a complete offer in response to the terms of this RFQ, especially the requirements listed in section 12;
Meet the minimum technical specifications described in Section 4;
Be able to deliver the requested commodities within 30 calendar days to the specified delivery locations;
Provide a minimum warranty of 1 year (12 months).
Best-offer proposals are requested. It is anticipated that award will be made solely on the basis of these original proposals. However, CNFA reserves the right to conduct any of the following:

CNFA may conduct negotiations with and/or request clarifications from any offeror deemed to be the best prior to award;
While preference will be given to offerors who can address the full technical requirements of this RFQ, CNFA may issue a partial award or split the award among various suppliers, if in the best interest of the Feed the Future Rwanda Hinga Weze Activity;
CNFA may cancel this RFQ at any time or reject all bids at its discretion.
Please note that if there are deficiencies regarding responsiveness to the requirements of this RFQ, an offer may be deemed “non-responsive” and thereby disqualified from consideration. CNFA reserves the right to waive immaterial deficiencies at its discretion.

Award and Payment:
The award will be awarded to the offeror whose quotation represents the best value to the project. Any award and payment resulting from this RFQ is anticipated to be in the form of a purchase order. This award is subject to Hinga Weze’s terms and conditions as stipulated in Annex 3.

Offer Format Instructions:
All proposals must be formatted in accordance with the below preliminary requirements and shall include the below documentation:

It should be presented in English or French languages only.
An offer checklist (Annex 1).
A cover letter on company letterhead, signed by an authorized representative of the offeror (Annex 2).
A complete Technical Offer in response to the evaluation criteria and in the format provided in Section 4.
A copy of the offeror’s business license/registration.
Two (2) document references or recommendations from organizations/individuals for which the offeror has succe

Documents

 Tender Notice