Develop a technical Operating Procedure Manual for high value horticulture export crops tender at Cultivating New Frontiers in Agriculture
New
Website :
1 Day Ago
Linkedid Twitter Share on facebook

Request for Quote/Proposal (RFQ/RFP)

Commodity/Service Required:

Develop a technical Operating Procedure Manual (Imfashanyigisho ku bahinzi bahingira isoko mpuzamahanga) for high value horticulture export crops

Type of Procurement:

Individual Consultancy or Firm

Type of Contract:

Firm Fixed Price

Term of Contract:

Time of Delivery

Contract Funding:

USAID

This Procurement supports:

Feed the Future Rwanda Kungahara Wagura Amasoko

Submit Proposal to:

procurementftfkwa@rti.org

Date of Issue of RFP:

August 30, 2024,

Date Questions from Supplier Due:

September 3, 2024

Date Proposal Due:

September 9, 2024

Approximate Date Purchase Order Issued to Successful Bidder(s):

To be Determined

Method of Submittal:

All offers will be received through this email: procurementftfkwa@rti.org

Respond via e-mail with attached document in MS Word / pdf format. 

The Bidder/Seller agrees to hold the prices in its offer firm for 180 days from the date specified for the receipt of offers, unless another time is specified in the addendum of the RFP/RFQ.

Solicitation Number:

FTF KWA 2024-35

 

Attachments to RFP:

  1. 1. Attachment“A”– Commodity Specifications
  2. 2. Attachment“B”– Instructions to Bidders/Sellers
  3. 3. All PO Terms and Conditions are listed on our website at:https://www.rti.org/sites/default/files/rti-purchase-order-terms-and-conditions-v1.16.pdfhttp://www.rti.org/files/PO_FAR_Clauses.pdfor for commercial items: http://www.rti.org/files/PO_FAR_Clauses_Commercial_Items.pdf (hereinafter the “Terms”). Supplier’s delivery of products, performance of services, or issuance of invoices in connection with this purchase order establishes Supplier’s agreement to the Terms. The Terms may only be modified in writing signed by both parties.

All bidders/sellers are responsible to carefully review each attachment and follow any instructions that may be relevant to this procurement.

Attachment A: Scope of Work

Project Name: Feed the Future Rwanda Kungahara Wagura Amasoko

Description of Activity/Service

INTRODUCTION

Feed the Future Rwanda Kungahara Wagura Amasoko is a five-year USAID-funded initiative designed to boost Rwanda’s economic growth inclusively and sustainably by increasing the export of high-value agricultural products. Targeted high-value agricultural value chains include coffee, tea, horticulture and spices, livestock products (dairy and hides), and other emerging values chains (e.g., stevia, essential oils) within the districts of Bugesera, Kayonza, Ngoma, Gatsibo, Burera, Gakenke, Nyamagabe, Nyamasheke, Karongi, Rutsiro, Ngororero, Rubavu and Nyabihu.

Using a market systems approach, Kungahara Wagura Amasoko works with and through the Government of Rwanda (GOR), the private sector, and civil society to achieve the above goal. This includes implementation of the two following strategic objectives: (i) facilitate inclusive and resilience-focused policy reforms that promote agricultural export growth using evidence-based analysis and strengthen advocacy capacity of the private sector organizations, and (ii) support local actors (government and private sector) to attract, mobilize and direct public and private financing resources and/or investment towards increased agriculture and food exports.

BACKGROUND AND RATIONALE

The agriculture sector in Rwanda predominantly consists of smallholder farmers who have long faced challenges in shifting from subsistence farming to a market-oriented approach. Meanwhile, exporters depend on out grower production to meet market demand, but this is often neither structured nor guided by clear production plans for exports. As a result, farmers often produce without specific or standardized information about the quality and types of products needed in the market, while market requirements are usually governed by strict quality standards.

The Ministry of Agriculture and Animal Resources (MINAGRI) views high-value exports as a promising opportunity to increase export volumes and a crucial component in transforming the agriculture sector, as outlined in PSTA5. Standards Operating Procedures (SOPs) for high value crops are sought by MINAGRI as the best tool to educate farmers and support them to abide with recommended agricultural standards and practices to fetch premium prices from the markets from producing high quality produce. In addition, standardized high production increased the volume of quality products and the number of markets open to Rwanda’s exporters.

Introducing the standardized practices is envisioned by the ministry as one of the key strategies to enhance quality production, organize the aggregation of smallholder farmers produce, increase processing and trade of agricultural commodities.  The policy landscape analysis and workshop conducted by the Kungahara Wagura Amasoko project underscored the critical need for technical Standard Operating Procedures (SOPs) to improve farmers' practices in handling fresh products. It also highlighted the necessity for a comprehensive manual to better organize production systems within the identified value chains.

In response, MINAGRI and Kungahara Wagura Amasoko co-developed this scope and aims to hire a qualified consultant/firm to develop a technical standardized guide.

OBJECTIVE OF THIS ASSIGNMENT

The objective of this assignment is to consolidate and standardize current best practices across various horticultural value chains and develop a technical guide to serve as training and educational material for all stakeholders involved with high-value export crops (such as chili, avocado, passion fruit, and French beans).

KEYS TASKS/ACTIVITIES

  • The firm/consultant will work closely with MINAGRI, NAEB, RSB, RICA and other relevant stakeholders to design and develop the technical standardized guide for production to post-harvest management of horticulture crops with reference to pre-harmonized best practice standards for the highlighted high value crops and develop the following documents:
  • Review the existing and approved standards for horticulture crops to inform the design and development of the technical Operating Procedure Manual
  • Review emerging international regulation and standards to inform the design of technical guide with reference to technical regulation on plants health
  • Review current Rwanda farming practices and align them with international standards for each value crops including production, harvesting, post harvesting, aggregation, grading, packing, and selling.
  • Define the objectives of each standard and detail the roles and responsibilities of all stakeholders involved in the processes and procedures governed by these standards. This will include specifying anticipated outcomes and timelines, ensuring strict adherence, and identifying repercussions for non-compliance
  • Design and develop a technical Operating Procedure Manual (Imfashanyigisho ku bahinzi bahingira isoko mpuzamahanga) for each high value horticulture export crop (chili, avocado, passion fruits, French beans etc.) taking into consideration each value chain specificity. 
  • Reorganize the technical guide to comply with all necessary quality, quantity, and safety requirement for technical regulation for the standards
  • Arrange the technical sheet for each value crop in a sequential manner, ensuring that all steps are documented in a coordinated way from start to finish, covering the entire value chain process
  • Align the information in both standards and technical regulations for plant health to account for production seasons and soil characteristics and document all necessary tasks for each step in a practical manner.
  • Develop a concise abridged version of a consolidated technical Operating Procedure Manual (Imfashanyigisho ku bahinzi bahingira isoko mpuzamahanga) which documents step-by-step instructions for a specific task across the value chains.
  • Develop and use diagram or pictures for each step whenever appropriate to show certain steps in the process.
  • Distinguish between general information and technical instructions for each standard, including only essential details that need to be completed and omitting non-essential information.

DELIVERABLES

No

Deliverable

Estimated Level of Effort

1. 

Inception report and its presentation to MINAGRI, NAEB, RSB, RICA and FTF-KWA

3 Day

2. 

First draft of technical Operating Procedure Manual (Imfashanyigisho ku bahinzi bahingira isoko mpuzamahanga) for each high value horticulture crops i.e. chili, avocado, passion fruit, and French beans

20 Days

3. 

Presentation of draft Operating Procedure Manual to the technical team for comment and approval

5 Days

4. 

Second draft of technical Operating Procedure Manual (Imfashanyigisho ku bahinzi bahingira isoko mpuzamahanga) for each high value horticulture crops

4 Days

5. 

Presentation and validation to management team and other stakeholders

1 Days

6. 

Final Operating Procedure Manual (Imfashanyigisho ku bahinzi bahingira isoko mpuzamahanga) for each high value horticulture crops

3 Days

7. 

Draft of abridged version of consolidated technical Operating Procedure Manual which document step-by-step instructions for a specific task across the value chains

8 Days

8. 

Final validation by all stakeholders

1 Days

Total

           45 Days

 

TECHNICAL REQUIREMENTS FOR THE SUCCESSFUL FIRM/CONSULTANT

The consultant/firm that will lead the development of a technical standardized guide aimed at enhancing the production practices of high-value horticulture crops for export markets, specifically focusing on chili, avocado, passion fruits, French beans, and similar crops.

Technical Expertise

  • In-depth knowledge and hands-on experience in the cultivation and production of horticulture crops, particularly chili, avocado, passion fruits, and French beans.
  • Familiarity with best practices in crop management, including soil preparation, irrigation techniques, pest and disease management, and post-harvest handling.
  • Understanding of climate requirements, optimal growing conditions, and potential challenges specific to each crop.

Industry Experience

  • Proven track record in the horticulture industry with a focus on export markets.
  • Experience working with small to medium-sized enterprises (SMEs) and understanding their operational constraints and opportunities.

Technical Writing and Documentation

  •  Proficiency in developing technical guides, manuals, or protocols related to agricultural production.
  • Ability to translate technical knowledge into clear, accessible, and practical guidelines for diverse stakeholders.

Research and Analysis

  • Capability to conduct thorough research and analysis on current trends, innovations, and advancements in horticulture production.
  • Skill in synthesizing information from various sources to develop comprehensive and evidence-based recommendations.

Skills and Competencies

  • Strong project management skills to oversee the guide's development from inception to completion.
  • Excellent communication skills to collaborate effectively with stakeholders, including farmers, industry experts, government officials, and development partners.
  • Detail-oriented approach to ensure accuracy and reliability of technical information presented in the guide.
  • Adaptability to work in diverse agricultural settings and respond to unique challenges faced by different crop producers.

PREFERRED QUALIFICATIONS

  •  Master’s degree in agronomy, horticulture, agriculture science, or agribusiness economics,  economics, or similar fields, with 6 years of experience; or, Bachelor’s degree in the same fields with 10 years of experience in Agri- business setting or specialized training in crop management would be advantageous
  • Demonstrated knowledge of Agri- business setting, organization, and stakeholders in Rwanda
  • Demonstrated ability to develop operation manual with clear knowledge of horticulture value chains with special attention to high value crops
  • Proven track record in conducting similar assignments
  • Previous experience supporting USAID-funded projects or other development organizations, or projects and programs preferred.
  • Ability to work well in a team and with minimum supervision.
  • Rwandan citizen
  • Fluent in both English and French and knowledge of Kinyarwanda is mandatory

APPLICATION INSTRUCTIONS

Applications should be submitted to procurementftfkwa@rti.org  by September  9, 2024, with the title “FTF KWA 2024-35/Develop a technical Operating Procedure Manual (Imfashanyigisho ku bahinzi bahingira isoko mpuzamahanga) for  high value horticulture export  crops (chili, avocado, passion fruits, French beans etc. No portion of this assignment may be subcontracted.  

Interested services provide are required to submit their offer with the following contents documents:

If company or firm

  • Company profile with experiences (with company logo, add registration, TIN and addresses- Max 1 pages)
  • Description of similar assignments accomplished with references (Max 2 pages, excluding attachments).
  • Proposed approach/methodology to conduct this assignment (Pages maximum).
  • Curriculum Vitae of Lead expert who will be performing this assignment detailing their work experience and other References (2 pages maximum per CV).
  • Budget proposal to perform this assignment including translation in both French and Kinyarwanda . This must be completed in the RTI’s budget template (attachment A) and accompanied by brief notes to explain the proposed costs (1 Page in PDF format).

If an individual consultant

  • Curriculum Vitae with practical experienced aligned with the assignment (Max 3 Pages)
  • Description of similar assignments accomplished with references (Max 2 Pages, excluding attachments).
  • Proposed approach/methodology to conduct this assignment (Pages maximum).
  • Budget proposal to perform this assignment. This must be completed in the RTI’s budget template (attachment A) and accompanied by brief notes to explain the proposed costs (1 Page in PDF forma)

The consultant/firm will be shortlisted based on the submission of the above documents.

EVALUATION CRITERIA

· Technical Capacity and Expertise (70%):

  • Clear and comprehensive description of the consultant’s experience (CV and cover letter in PDF format not more than 3 pages).30%
  • Proven certificates for similar works performed.10%
  • Three references contacts (names, email, and telephone).5%
  • Quality of proposed methodology and approaches for this assignment (PDF format not more than 3 pages).25%

· Cost (30%): Reasonableness of the proposed cost aligned with level of efforts.

Pricing template (NA)

Item #

Deliverable

Description of Preferred Services Specifications

Unit of Measure

Unit Fixed Price (Each)

Total Fixed Price (Each)

Lead Time Availability (Number of Days)

1

 

         

2

 

         

3

 

         

 

 

         

Total Value

   

By signing this attachment, the bidder confirms he has a complete understanding of the pecifications and fully intends to deliver items that comply with the above listed specifications.

Signature:

 

Title:

 

Date:

 

Attachment “B”
Instructions to Bidders/Sellers

Procurement Narrative Description: The Buyer (RTI) intends to purchase commodities and/or services identified in Attachment A. The Buyer intends to purchase the quantities (for commodities) and/or services (based on deliverables identified in a Statement of Work). The term of the Ordering Agreement shall be from Award Date to the Delivery date of the Offeror unless extended by mutual agreement of the parties. The Buyer intends to award a single “approved’ supplier based on conformance to the listed specifications, the ability to service this contract, and selling price. We reserve the right to award more than one bidder. If an Ordering Agreement is established as a result of this RFQ/RFP, supplier understands that quantities indicated in the specifications (Attachment A) are an estimate only and RTI does not guarantee the purchase quantity of any item listed.

Procuring Activity: This procurement will be made by Research Triangle Institute (RTI International), located at

RTI International SANLAM Towers, Second floor, KN 67 ST, NO.10. Kigali, Rwanda

who has a purchase requirement in support of a project funded by

USAID/Rwanda

RTI shall award the initial quantities and/or services and any option quantities (if exercised by RTI) to Seller by a properly executed Purchase Order as set forth within the terms of this properly executed agreement.

Proposal Requirements. All Sellers will submit a quote/proposal which contains offers for all items and options included in this RFQ/RFP. All information presented in the Sellers quote/proposal will be considered during RTI’s evaluation. Failure to submit the information required in this RFQ/RFP may result in Seller’s offer being deemed non-responsive. Sellers are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach RTI’s office designated in the RFQ/RFP by the time and date specified in the RFQ/RFP. Any offer, modification, revision, or withdrawal of an offer received at the RTI office designated in the RFQ/RFP after the exact time specified for receipt of offers is “late” and may not be considered at the discretion of the RTI Procurement Officer. The Seller’s proposal shall include the following:

(a) 

       The solicitation number:

(b) 

        The date and time submitted:

(c) 

      The name, address, and telephone number of the seller (bidder) and authorized signature of same:

(d) 

        Validity period of Quote:

(e) 

           A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.

(f) 

       If RTI informs Seller that the Commodity is intended for export and the Commodity is not classified for export under Export Classification Control Number (ECCN) “EAR99” of the U.S. Department of Commerce Export Administration Regulations (EAR), then Seller must provide RTI the correct ECCN and the name of Seller’s representative responsible for Trade Compliance who can confirm the export classification.

(g) 

           Lead Time Availability of the Commodity/Service.

(h) 

           Terms of warranty describing what and how the warranties will be serviced.

(i) 

           Special pricing instructions: Price and any discount terms or special requirements or terms (special note: pricing must include guaranteed firm fixed prices for items requested.

(j) 

         Payment address or instructions (if different from mailing address)

(k) 

           Acknowledgment of solicitation amendments (if any)

(l) 

        Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including points of contact with telephone numbers, and other relevant information)

(m) 

           Special Note: The Seller, by his response to this RFQ/RFP and accompanying signatures, confirms that the terms and conditions associated with this RFQ/RFP document have been agreed to and all of its attachments have been carefully read and understood and all related questions answered.

Forms: Sellers (potential bidders or suppliers) must record their pricing utilizing the format found on Attachment “A”. Sellers must sign the single hardcopy submitted and send to address listed on the cover page of this RFQ/RFP.

Questions Concerning the Procurement. All questions in regard to this RFQ/RFP to be directed to

Procurement Department

at this email address:

procurementftfkwa@rti.org

          The cut-off date for questions is:

September 3, 2024

Notifications and Deliveries: Time is of the essence for this procurement. Seller shall deliver the items or services no later than the dates set forth in the contract that will be agreed by both parties as a result of this RFQ/RFP. The Seller shall immediately contact the Buyer’s Procurement Officer if the specifications, availability, or the delivery schedule(s) changes. Exceptional delays will result in financial penalties being imposed of Seller.

Documentation: The following documents will be required for payment for each item:

  • A detailed invoice listing Purchase Order Number, Bank information with wiring instructions (when applicable)
  • Packing List
  • All relevant product/service documentation (manuals, warranty doc, certificate of analysis, etc.)

Payment Terms: Refer to RTI purchase order terms and conditions found in https://www.rti.org/sites/default/files/rti-purchase-order-terms-and-conditions-v1.16.pdfhttp://www.rti.org/files/PO_FAR_Clauses.pdf, or http://www.rti.org/files/PO_FAR_Clauses_Commercial_Items.pdf. Payment can be made via wire transfer or other acceptable formSellers may propose alternative payment terms and they will be considered in the evaluation process.

Alternative Proposals: Sellers are permitted to offer “alternatives” should they not be able to meet the listed requirements. Any alternative proposals shall still satisfy the minimum requirements set forth in Attachment A Specifications.

Inspection Process: Each item shall be inspected prior to final acceptance of the item. All significant discrepancies, shortages, and/or faults must be satisfactorily corrected and satisfactorily documented prior to delivery and release of payment.

Evaluation and Award Process: The RTI Procurement Officer will award an agreement contract resulting from this solicitation to the responsible Seller (bidder) whose offer conforms to the RFQ/RFP will be most advantageous to RTI, price and other factors considered. The award will be made to the Seller representing the best value to the project and to RTI. RTI reserves the right to make multiple awards. RTI intends to evaluate offers and award an Agreement without discussions with Sellers. Therefore, the Seller’s initial offer should contain the Seller’s best terms from a price and technical standpoint. However, RTI reserves the right to conduct discussions if later determined by the RTI Procurement Officer to be necessary.

The evaluation factors will be comprised of the following criteria:

Technical Capacity and Expertise (70%):

  • Clear and comprehensive description of the consultant’s experience (CV and cover letter in PDF format not more than 3 pages(30%)
  • Proven certificates for similar works performed (10%)
  • Three references contacts :names, email, and telephone(5%)
  • Quality of proposed methodology and approaches for this assignment in PDF format not more than 3 pages (25%)

Cost Reasonablenessof the proposed cost aligned with level of efforts. (30%)

Award Notice. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful supplier within the time acceptance specified in the offer, shall result in a binding contract without further action by either party.

Validity of Offer. This RFP in no way obligates RTI to make an award, nor does it commit RTI to pay any costs incurred by the Seller in the preparation and submission of a proposal or amendments to a proposal. Your proposal shall be considered valid for 180days after submission.

Representations and Certifications.  Winning suppliers under a US Federal Contract are required to complete and sign as part of your offer RTI Representations and Certifications for values over $10,000.

Anti- Kick Back Act of 1986. The Anti-Kickback Act of 1986 as referenced in FAR 52.203-7 is hereby incorporated into this Request for Proposal as a condition of acceptance. If you have reasonable grounds to believe that a violation, as described in Paragraph (b) of FAR 52.203-7 may have occurred, you should report this suspected violation to the RTI’s Ethics Hotline at 1877-212-7220 or by sending an e-mail to ethics@rti.org. You may report a suspected violation anonymously.

The John S. McCain National Defense Authorization Act for fiscal year 2019 - section 889. RTI cannot use any equipment or services from specific companies, or their subsidiaries and affiliates, including Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, and Dahua Technology Company (“Covered Technology”).  In response to this proposal request, do not provide a quote including any Covered Technology.  Any quote which includes Covered Technology will be deemed non-responsive. Additionally, if the United States Government is the source of funds for this RFP, the resulting Supplier shall not provide any equipment, system, or service that uses Covered Technology as a substantial or essential component.

Acceptance:

Seller agrees, as evidenced by signature below, that the seller’s completed and signed solicitation, seller’s proposal including all required submissions and the negotiated terms contained herein, constitute the entire agreement for the services described herein.

Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: Tuesday, September 03 2024
Duty Station: Kigali
Posted: 30-08-2024
No of Jobs: 1
Start Publishing: 30-08-2024
Stop Publishing (Put date of 2030): 30-08-2070
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.