EVALUATION OF 2 CREDIT FACILITIES TO BANK OF KIGALI (RWANDA)

Agence Française de Développement (AFD) Group is a French public institution that implements France’s policy in the areas of development and international solidarity. Our mission is to contribute to the economic, social, and environmental progress of low and middle-income countries. In practical terms, this mission is carried out by providing loans, grants, expertise or technical assistance. They are granted to States, local authorities, companies, foundations or NGOs and are used to complete projects in many different fields including climate, biodiversity, energy, education and urban planning, health, digital technology, sport, and training.

AFD Group comprises AFD and its subsidiaries Proparco, dedicated to financing private-sector stakeholders, and Expertise France, the French international technical cooperation agency. Thanks to its network of 85 agencies throughout the world, AFD Group finances and monitors over 4,000 development projects and programmes. In 2020, the Group’s commitments amounted to €12.1 billion.

Re: TENDER LETTER

 

Tender: Evaluation of 2 credit facilities to Bank of Kigali (Rwanda)

Dear Sir or Madam,

The AFD is contacting you in connection with the tender referred to above.

We would be grateful if you would read the bid presentation requirements set out in this tender letter and in the enclosed dossier, which consists of:

  • the Terms of Reference;
  • a service agreement;
  • a financial appendix.

Subject matter of the tender

In the framework of its evaluation mechanism, Agence Française de Développement evaluates, either at mid-term, at completion or after completion, the projects and programs it finances. This approach responds to AFD’s concern to promote an enhanced dialogue on the results with its partners, to learn lessons from past operations and to provide objective information on the proper use of the public funds that it is responsible for implementing. Their main objective is to formulate a credible and independent judgement on the key questions raised by the adequacy, implementation and impacts of projects. In some cases, they may focus on specific aspects that AFD and the contracting authority want to learn from because they are of key importance for the future.

In this context, AFD, in relation with Bank of Kigali, invites you to submit a bid to conduct the ex-post and mid-term evaluation of two credit facilities implemented since 2010.

Please refer to the attached file for details of the services to be supplied.

Your proposal must comply with the bid presentation requirements described in this tender and must include any additional information you consider to be relevant.

Conditions for sending, and deadline for submitting bids

Your bid must be sent by 2:00pm on Monday 20th June 2022 by email (use the standard Microsoft Office versions or equivalent) to _AFDAgencedeKIGALI@afd.fr.

Your electronic message must not exceed 6MB. If it exceeds that size, please split your submission into multiple emails.

The bids shall be valid for 90 days from the bid submission deadline.

Presentation of applications and bids

Your bid, which must be drafted in English, must include the following items:

  1. Application documents
  • Information on the company’s legal situation
  • Appendix 1 – Statement of Integrity, Eligibility and Social and Environmental Responsibility
  • Information on the company’s economic and financial capacity:
    • Declaration on the company’s overall turnover and, where applicable, its turnover in respect of services that are the subject of this procurement procedure, for the last three available financial years, depending on when the company was established or when the economic operator commenced its operations, to the extent that information on such turnover amounts is available;
    • Appropriate declaration from banks or, where appropriate, evidence of insurance against business risks;
  • Information on professional references and the company’s technical capabilities:
    • List of the main similar services carried out in the last three years, stating the value, date and recipient of those services (public or private).
    • Details of the educational and professional experience of the managers of the company

The selected tenderer must provide the following documents before the contract is awarded:

  • Document(s) evidencing the powers of the person authorised to bind the company (K bis company extract, delegation of authority, articles of association, etc.) together with, for groups of economic operators, the authorisation granted to the representative by its co-contractors;
  • a certificate issued by the competent authority or body proving that it has complied with its tax obligations in respect of year N-1;
  • A certificate issued by the competent authority or body within the previous six months demonstrating that it is compliant with its social security obligations.

We hereby invite you to submit the documents listed above.

  1. Bid documents

The tenders must follow the structure set out below:

  • Summary of your bid:

A.1 – Understanding AFD’s expectations

A.2 – Summary of the stages of your work

A.3 – Overall calendar

  • Strengths and Added Value of your bid for this work
  • Detailed description of your bid:

C.1 – Detailed description of the content of the proposed steps (diagnosis, analyses, scenarios, action plan, reports, etc.)

C.2 – Resources deployed

C.3 – Bodies and practical procedures for coordination

C.4 – Detailed table of deliverables

C.5 – Detailed appendix

  • The Service Provider’s recommendations for carrying out the engagement
  • Presentation of the team who will work on this assignment:

E.1 – Composition of the team and distribution of responsibilities among its members

E.2 – CVs of team members (3 pages maximum per team member)

  • Detailed financial proposal (based on the financial appendix attached hereto) 
  • The draft contract with shaded areas completed

The answers to this tender must be simple, concise and must be in the required format.

Evaluation criteria

Bids that are incomplete, delivered late or that do not meet the criteria imposed by the AFD shall be rejected.

Compliant bids will be judged and rated using the following weighted judgement criteria:

Criteria Weighting
1 – Price of the services 40%
2 – Technical value 60%
2.1 – Quality of the methodology, organisation and resources used to guarantee the provision of the services 30 pts
2.2 – Evidence of the skills, experience and knowledge of the teams allocated to delivering the services 30 pts

After reviewing the bids, the AFD reserves the right to enter into negotiations with all candidates that submitted the most attractive bids based on the criteria and weighting defined above.

The AFD also reserves the right to award the contract based on the initial bids, without negotiation.

Where applicable, as part of these negotiations, the selected tenderers may be invited as many times as necessary by the contracting authority, under strict conditions of equality, to clarify, supplement or modify their bid without making any material changes to the specifications.

A tenderer that refuses to negotiate shall be deemed to have upheld its most recent bid.

The AFD reserves the right to organise several rounds of negotiations with all selected candidates.

Requests for information

If you require any additional information, please contact us at the address shown at the top of this tender letter.

Any questions on this procurement procedure may also be sent by email to: _AFDAgencedeKIGALI@afd.fr.

Answers to tenderers’ questions shall be sent exclusively by e-mail.

Please contact us if you require any further information.

Yours faithfully,

Signature of the person issuing the tender

Mr Arthur GERMOND

Country Director – Rwanda

Appendix 1 – Statement of Integrity, Eligibility and Social and Environmental Responsibility

This Call for proposal aims to:

Presentation of the candidate:

If the applicant is applying as one member of a consortium: (describe the consortium)

  1. We hereby certify that neither we nor any other member of our joint venture or any of our subcontractors are in any of the following situations:

1.1) being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;

1.2) having been convicted, within the past five years by decision of a court decision, which has the force of res judicata in the country where the project is implemented or of any other offense committed during the procurement or performance of a contract;

1.3) being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;

1.4) having committed serious professional misconduct within the past five years during the procurement or performance of a contract;

1.5) not having fulfilled our obligations regarding the payment of social security contributions or taxes in accordance with the legal provisions of either the country where we are established or the Contracting Authority’s country;

1.6) having been convicted, within the past five years by a court decision, which has the force of res judicata, of one of the acts mentioned in sections 5.1 to 5.4 below or of any other offense committed during the procurement or performance of an AFD-financed contract;

1.7) being subject to an exclusion decision of the World Bank since 30 May 2012, and being listed on the website http://www.worldbank.org/debarr;

1.8) having committed misrepresentation in documentation requested by the Beneficiary as part of the contract procurement procedure.

  1. In the case of a works or goods procurement procedure:
  1. having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation that are subject of the bid;
  2. having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this contract;
  1.   If we are a government-owned entity, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
  2. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 1 to 4 here above.
  3.   In the context of procurement and performance of the contract:

5.1) We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone’s consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit.

5.2) We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit.

5.3) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the person occupies, (ii) any other person who performs a public function, including for a State institution or a State-owned company, or who provides a public service, or (iii) any other person defined as a public officer by the national laws of the Contracting Authority, an undue advantage of any kind, for himself or for another person or entity, for such public officer to act or refrain from acting in his official capacity.

5.4) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any private person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another person or entity for such private person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations.

5.5) We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti-competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings.

5.6) Neither we nor any of the members of our joint venture or any of our subcontractors shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France.

5.7) We commit ourselves to comply with and ensure that all of our subcontractors comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties,. Moreover, we shall implement environmental and social risks mitigation measures such as specified in the environmental and social management plan or, if appropriate, in the environmental and social impact assessment notice provided by the Contracting Authority.

  1.  We, as well as members of our joint venture and our subcontractors authorise AFD to inspect accounts, records and other documents relating to the procurement and performance of the Contract and to have them audited by auditors appointed by AFD.

Name:____________________ In the capacity of _____________________

Signature:______________________________

Duly empowered to sign the proposal in the name and on behalf of____________________

Attachment

attachment_file_eb98d6245e73cf099400

attachment_file_78d3dfb0cb173a60c26f

attachment_file_8308185f89b83532276e

Leave a Reply

Your email address will not be published. Required fields are marked *