CNFA,Supply of 50 motorbikes

RFQ
Number:
HW-
2018-1-005
Issuance
Date:
January
18, 2018
Deadline
for Questions:
January
24, 2018
Deadline
for Offers:
January
29th, 2018
Description:
Supply
of 50 motorbikes
For:
Feed
the Futur

e Rwanda Hinga Weze

Funded
By:
USAID
AID-696-C-17-00001
Implemented
By:
CNFA
Point
of Contact
Mr.
Daniel Gies, Chief of Party
KG
28 AV, 7, Kimihurura- Gasabo District
hingaweze@cnfarwanda.org

1.  
 Introduction:
CNFA
launched the five-year USAID Feed the Future Rwanda Hinga Weze activity on June
22, 2017. To facilitate transportation and mobility of program staff working in
the 10 target districts of the activity, CNFA is planning to purchase fifty
(50) motorbikes. 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.
2.  
 Offer Deadline and Protocol:
Offers must be received no later than 06:00
PM, Kigali time
, on January 29th, 2018. Offers must be submitted by
email or hard copy delivery to the Feed the Future Rwanda Hinga Weze’s office.
Any emailed offers must be emailed to:  hingaweze@cnfarwanda.org
while any hard copy deliveries must be stamped and signed by the offeror’s
authorized representative and delivered to the Feed the Future Rwanda Hinga
Weze’s office located at KV 28 AV, House 7, Kimihurura/Gasabo
District,Kigali, Rwanda.
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.
3.  
 Questions:

Questions regarding the technical or administrative requirements of this RFQ
may be submitted no later than 05:00 PM/Kigali time on January 24th,
2018
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 on January 29th, 2018.
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.
4.  
 Technical Requirements:
The table below contains the –
technical requirements of the commodities/services. 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 brand
names or models are for illustrative description only. An equivalent substitute
or slightly superior, as determined by the specifications, is acceptable.
Line
Item
Description
and Specifications
Qty
Items
and Specifications Offered
Unit
Price
RWF
Total
Price
RWF
1
Number
of seats (2)
Engine
displacement (125 cc)
Cylinder
(125 cm)
Engine
power (hp/rpm) (6.32kw- 7.4 kw)
Starter
(Kick)
Engine
type (OHC, air cooled)
Compression
ratio (N/A)
Transmission
(4-5 Speed)
Ignition
(CDI)
Clutch
(Manual, Wet Type, & Double Clutch)
Front
brake (Drum)
Rear
brake (Drum)
Front
tyre (2.75x18M or equivalent)
Rear
tyre (90/90×18 or equivalent)
Fuel
tank capacity (l) (10-15 Lts)
50
Subtotal:
Delivery
Costs:
Other
Costs (Describe: Insurance) :
GRAND
TOTAL
RWF:
Delivery
time (after receipt of order):
             
 calendar days
Length
of warranty on offered equipment:
                 
 years
Location
of service center(s) for after-sales service, including warranty repair:                                               
                                                                                                                                                                         
                                                                                                             
 
______________________________________________________________________________
5.  
 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 distinctly
indicate detailed price for items and relevant taxes. 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 5.
In
addition, offerors responding to this RFQ are requested to submit a copy of
their official registration or business license.
6.  
 Evaluation:

The award will be made to a responsible offeror whose offer follows the RFQ
instructions, meets the eligibility requirements, and is determined via a
trade-off analysis to be the best value based on application of the below
evaluation criteria. Best value determination will consider both technical and
financial proposals, i.e., the best approach and anticipated results in
combination with a reasonable cost. Proposed costs must reflect and clearly
match the degree of sophistication of the technical approach. The relative
importance of each individual criterion is indicated by the number of points
below:
  • Price

    30 points: the overall cost presented in the offer.
  • Technical

    30 points: responsiveness to the technical specifications and
    requirements.

  • 10 points: the speed of delivery.
  • After-Sales
    Services

    20 points: the ability for the offeror to provide after-sales
    services, including warranty and routine maintenance. Service center(s)
    will be equipped with tools, staffed with technical personnel, and stocked
    with spare parts for after-sales services.
  • Having
    appropriate certificate of origin
    : Point 10. The offeror is
    an authorized dealer in Rwanda by the manufacturer
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.
7.  
 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 purchase
order. This award is subject to the Feed the Future Rwanda Hinga Weze Project’s
terms and conditions as stipulated in Annex 3
8.  
 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 (1).
  • A
    cover letter on company letterhead, signed by an authorized representative
    of the offeror (2).
  • A
    complete Technical Offer in response to the evaluation criteria in Section
    11 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.
  • Three
    (3) contacts for references from organizations/individuals for which the
    offeror has successfully performed similar work.
  • If
    possible, catalogue or use manual of the proposed type
Annex
1 – 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 1)
  • Cover
    letter, signed by an authorized representative of the offeror (see Annex
    2)
  • Official
    quotation, including specifications of offered items (see Section 4)
  • Copy
    of offeror’s registration or business license
  • At
    least three contacts for references from organizations for which the
    offeror has successfully delivered similar items
Annex
2 – 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
Project                  
Reference:
      RFQ no. HW- 2018-1-005
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 Weze project 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
    persons 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 Number:________________________________
Does
the company have an active bank account? (Y/N):__________________________
Official
name associated with the bank account (for payment):
___________________________________________________________________________________
Annex
3 – 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,
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 Gies at dgies@cnfa.org with 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.org
or 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 Weze Project, 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 Hinga Weze 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.
9.  
 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.
10.  
 Taxes and VAT: 
  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.
11.  
 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.
12.  
 Delivery
:
The delivery location for the items described in this RFQ is Feed the Future
Rwanda Hinga Weze
’s office, located at Plot No 499/ Kimihurura/Gasabo
District
, Kigali, Rwanda. 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). The delivery estimate presented in an offer in
response to this RFQ must be upheld in the performance of any resulting
purchase order.
13.  
 Warranty:

Warranty service and repair within the cooperating country is required for all
commodities under this RFQ. The warranty coverage must be valid on all
commodities for a minimum of twelve (12) months after delivery and acceptance
of the commodities, unless otherwise specified in the technical specifications.
0 0 votes
Article Rating
Subscribe
Notify of
guest

0 Comments
Inline Feedbacks
View all comments
0
Would love your thoughts, please comment.x
()
x