Provision of medical insurance to CNFA Rwanda’s national staff and their eligible dependents

RFQ
Number:
HW/2017/09/002
Issuance
Date:
December
12th, 2017
Deadline
for Questions:
December
17th, 2017
Deadline
for Offers:
December
20th, 2017
Description:
Tender
notice for the provision of medical

insurance to CNFA Rwanda’s national staff
and their eligible dependents.

For:
Feed
the Future Rwanda Hinga Weze
Funded
By:
USAID
AID-696-C-17-00001
Implemented
By:
CNFA
Point
of Contact
Director
of Finance and Operations
hingaweze@cnfarwanda.org

1.  
  Introduction:
Feed
the Future Rwanda Hinga Weze is a USAID program implemented by CNFA in Rwanda.
The goal of the Feed the Future Rwanda Hinga Weze project is to sustainably
increase smallholder farmers’ income, improve nutritional status of Rwandan
women and children, and increase the resilience of the agriculture and food
systems to the changing climate.
The
purpose of this RFQ is to solicit quotations from insurance companies,
operational in Rwanda, for the provision of medical insurance to its Rwandan-national
staff. CNFA will select the offeror who best demonstrates the ability to
provide the best combination of benefits and premium for a comprehensive
medical coverage to the staff. Provision of medical insurance will start with 15
staff already recruited and their eligible dependents. The number will
progressively grow in accordance with the recruitment processes for the project
team in Kigali and in Provinces, to reach about 35total staff.
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
2.  
 Offer Deadline and Protocol:
Signed
offers must be received no later than 05:00 PM, Kigali time,December 20th,
2017
. Offers must be submitted by email to
hingaweze@cnfarwanda.org
.
Please
reference the RFQ number in any response to 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 on a
rolling basis before the deadline for questions concludes on December 17th,2017
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 offerors will be circulated to all RFQ recipients who have
indicated an interest in bidding.
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.
3.  
 Technical Requirements:
Offerors
are requested to provide quotations containing the information below on
official letterhead or official quotation format:
I.  
 Payable premium per household;
II.    Types/ Extent of benefits proposed to insured clients;
III.    List of the services covered by the Agencyand list of
treatments requiring pre-approval from the agency…);
IV.    Geographic areas (health centres/hospitals and
pharmacies) covered by the offeror and ability to provide coverage in the
following provinces: Kigali, Eastern, North and Southern provinces;
V.    Three references from organizations/individuals for which
the offeror has performed for (Provide a list of similar services performed
within the past 5 years and a minimum of 3 references with contact information
to verify services rendered);
VI.    List of uncovered services and partially covered
services/benefitsincluding reimbursement terms for services partially covered);
VII.    What is the annual rate of coverage per adult and per
child;
VIII.    Limit (if applicable) on the number of dependents an
individual can claim;
IX.    Allowed ceilings for (partially and totally) covered
services;
X.    What are the reimbursement terms for services covered and
not covered by the agency;
XI.    Coverage limit per person and for all covered people per
insurance year;
XII.    List and contact information of pharmacies in each
geographic area/region of insurance coverage;
XIII.    Provide a list of approved clinics and laboratories in
each geographic area/region of insurance coverage and contact information;
XIV.    Provide a summary of your firm and your agency’s experience
in the health insurance industry in Rwanda, including similar services
performed within the past 5 years.
4.  
 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 Rwandan
francs.  Offers must remain valid for not less than thirty (30)
calendar days after the offer deadline. Offerors are requested to provide
quotations on official letterhead in the format provided in Section 3 – Technical
Requirements.
5.  
 Evaluation:
The
award will be made to a responsible offeror whose offer follows the RFQ
instructionsand meets the eligibility requirements.Both technical criteria and
cost components will be weighted accordingly to their relative importance.
Other evaluation factors, other than cost or price, when combined, will be
assessed if they are significantly more important than, approximately equal to,
or significantly less important than cost. The evaluation committee will, among
others, assess offerors’ acceptability in accordance with the technical
requirements in Section 3:
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 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
    Project;
  • CNFA
    may cancel this RFQ at any time.
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.
6.  
 Payment and Award:
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 service agreement. This award is subject to the Feed the
Future Rwanda Hinga Weze
Project’s terms and conditions as stipulated in Annex
CC.
7.  
 Offer Format Instructions
: All proposals must be formatted in
accordance with the below requirements:
  • English
    language only
  • Include
    the individual/agency/organization name, date, RFQ number, and page
    numbers as a header or footer throughout the document.
  • The
    Technical Offer must be in the format provided in .
A
full offer will include the following documents:
  • An
    offer checklist (Annex AA).
  • A
    cover letter on company letterhead, signed by an authorized representative
    of the offeror (Annex BB).
  • A
    complete Technical Offer in response to the evaluation criteria in Section
    5 and in the format provided in .
  • A
    copy of the offeror’s business license, or, if an individual, a copy of
    his/her identification card.
  • Number
    of references, contacts for references from organizations/individuals for
    which the offeror has successfully performed similar work (minimum of 3
    references with contact information to verify services rendered within 5
    years).
Annex
AA – Offeror Checklist
To
assist offerors in preparation of proposals, the following checklist summarizes
the documentation to include an offer in response to this RFQ:
  • Offeror
    Checklist (Annex AA)
  • Cover
    letter, signed by an authorized representative of the offeror (Annex BB)
  • Official
    quotation, including specifications of offered items (see Section 3)
  • Copy
    of offeror’s registration or business license
  • Number
    of references, contacts for references from organizations/individuals for
    which the offeror has successfully performed similar work (minimum of 3
    references with contact information to verify services rendered within 5
    years).
Annex
BB– Offeror Cover Letter
The
following cover letter must be placed on letterhead and
completed/signed/stamped by a representative authorized to sign on behalf of
the offeror:
To:                  
Feed the Future Rwanda Hinga Weze
Reference:
      RFQ no. HW/2017/09/002
To
Whom It May Concern:
We,
the undersigned, hereby provide the attached offer to perform all work required
to complete the activities and requirements as described in the
above-referenced RFQ. Please find our offer attached.
We
hereby acknowledge and agree to all terms, conditions, special provisions, and
instructions included in the above-referenced RFQ. We further certify that the
below-named firm—as well as the firm’s principal officers and all commodities
and services offered in response to this RFQ—are eligible to participate in
this procurement under the terms of this solicitation and under USAID
regulations.
Furthermore,
we hereby certify that, to the best of our knowledge and belief:
  • We
    have no close, familial, or financial relationships with any CNFA
    or Feed the Future Rwanda Hinga Wezeproject staff members;
  • We
    have no close, familial, or financial relationships with any other
    offerors submitting proposals in response to the above-referenced RFQ; and
  • The
    prices in our offer have been arrived at independently, without any
    consultation, communication, or agreement with any other offeror or
    competitor for the purpose of restricting competition.
  • All
    information in our proposal and all supporting documentation is authentic
    and accurate.
  • We
    understand and agree to CNFA’s prohibitions against fraud, bribery, and
    kickbacks.
  • We
    understand and agree to CNFA’s prohibitions against funding or associating
    with individuals or organizations engaged in terrorism or trafficking in
    people’s activities.
We
hereby certify that the enclosed representations, certifications, and other
statements are accurate, current, and complete.
Authorized
Signature:____________________
Name
& Title of
Signatory:_______________________________
Date:___________________________________
Company
Name:_________________________
Company
Address:_______________________
________________________________________
Telephone:______________________________
Website:________________________________
Company
Registration or Taxpayer ID Number:________________________________
Does
the company have an active bank account? (Y/N):__________________________
Official
name associated with the bank account (for payment):
___________________________________________________________________________________
Annex
CC – CNFA Terms and Conditions
1. 
Ethical and Business Conduct Requirements.
CNFA is committed to integrity in
procurement, and only selects suppliers based on objective business criteria
such as price and technical merit.
CNFA
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 CNFA 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, CNFA will inform USAID and the Office of the Inspector
General of any supplier offers of money, fee, commission, credit, gift, and
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 CNFA 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 CNFA’s prohibitions against fraud, bribery
    and kickbacks.
Please
contact Mr. Daniel Giesat dgies@cnfa.orgwith any questions or concerns
regarding the above information or to report any potential violations.
Potential violations may also be reported directly to CNFA at to FraudHotline@cnfa.orgor
by phone at 202-296-3920.
2.
Terms and Conditions
: This solicitation is subject to
CNFA’s standard terms and conditions. Any resultant award will be governed by
these terms and conditions; a copy of the full terms and conditions is
available upon request. Please note the following terms and conditions will
apply:
  • CNFA’s
    standard payment terms are net 30 days after receipt and acceptance of any
    commodities or deliverables. Payment will only be issued to the entity
    submitting the offer in response to this RFQ and identified in the
    resulting award; payment will not be issued to a third party.
  • 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.
  • Any
    international air or ocean transportation or shipping carried out under
    any award resulting from this RFQ must take place on U.S.-flag
    carriers/vessels.
  • 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.
  • The
    title to any goods supplied under any award resulting from this RFQ shall
    pass to CNFA following delivery and acceptance of the goods by CNFA. Risk
    of loss, injury, or destruction of the goods shall be borne by the offeror
    until title passes to CNFA.
  • United
    States law prohibits engaging in any activities related to Trafficking in
    Persons. The supplier under any award resulting from this RFQ must ensure
    compliance with these laws.
3.
Disclaimers:
This
is a RFQ only. Issuance of this RFQ does not in any way obligate CNFA, the Feed
the Future Rwanda Hinga WezeProject, or USAID to make an award or pay for costs
incurred by potential offerors in the preparation and submission of an offer.
In addition:
  • CNFA
    may cancel RFQ and not award;
  • CNFA
    may reject any or all responses received;
  • Issuance
    of RFQ does not constitute award commitment by CNFA;
  • CNFA
    reserves the right to disqualify any offer based on offeror failure to
    follow RFQ instructions;
  • CNFA
    will not compensate offerors for response to RFQ;
  • CNFA
    reserves the right to issue award based on initial evaluation of offers
    without further discussion;
  • CNFA
    may negotiate with short-listed offerors for their best and final offer;
  • CNFA
    reserves the right to order additional quantities or units with the
    selected offeror;
  • CNFA
    may reissue the solicitation or issue formal amendments revising the
    original RFQ specifications and evaluation criteria before or after
    receipt of proposals;
  • CNFA
    may modify the specifications without issuing a formal notice to all
    offerors when the revisions are immaterial to the scope of the RFQ;
  • CNFA
    may choose to award only part of the activities in the RFQ, or issue
    multiple awards based on multiple RFQ activities;
  • CNFA
    reserves the right to waive minor proposal deficiencies that can be
    corrected prior to award determination to promote competition;
  • CNFA
    will contact all offerors to confirm contact person, address, and that the
    bid was submitted for this RFQ;
  • CNFA
    will contact all offerors to inform them whether or not they were selected
    for award;
  • In
    submitting a response to this RFQ, offerors understand that USAID is not a
    party to this solicitation and the offeror agrees that any protest
    hereunder must be presented – in writing with full explanations – to the Feed
    the Future Rwanda HingaWeze
    Project for consideration. USAID will not
    consider protests regarding procurements carried out by implementing
    partners. CNFA, at its sole discretion, will make a final decision on any
    protest for this procurement.
4.
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 offer or supply any commodities or services that are
manufactured or assembled in, shipped from, transported through, or otherwise
involving any of the following countries: Cuba, Iran, North Korea, or Syria.
5.
Taxes and VAT
:
As an organization that is implementing a project on behalf of USAID, CNFA is
exempt from being charged VAT, customs duty or fee, excise tax, road tax, or
any other form of tax or tariff for goods and services purchased for USAID
funded activities. As such, offerors agree to exclude VAT or any similar taxes
or fees from its cost proposal.
6.
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 considered to be ineligible by the
U.S. Government.
0 0 votes
Article Rating
Subscribe
Notify of
guest

4 Comments
Inline Feedbacks
View all comments
RichardThout
RichardThout
30 April 2025 11:11 AM

pin up casino [url=https://pinupaz.top/#]pinup az[/url] pin up az

Michaelper
Michaelper
30 April 2025 5:25 AM

canadian pharmacy online [url=https://expressrxcanada.shop/#]Buy medicine from Canada[/url] vipps canadian pharmacy

Michaelper
Michaelper
29 April 2025 11:27 PM

MedicineFromIndia [url=https://medicinefromindia.shop/#]indian pharmacy online[/url] Medicine From India

Michaelper
Michaelper
29 April 2025 4:59 PM

canadian pharmacy antibiotics [url=http://expressrxcanada.com/#]canadian pharmacy meds[/url] canadianpharmacy com

4
0
Would love your thoughts, please comment.x
()
x