Terms Of Reference For The Renovation Works Of Transforming A Store House Into An Office Located In Rusiga Sector, Rulindo District Tender Job At Water For People
Website :
475 Days Ago
Linkedid Twitter Share on facebook

TERMS OF REFERENCE FOR THE RENOVATION WORKS TRANSFORMING A STORE HOUSE INTO OFFICE LOCATED IN RUSIGA SECTOR IN RULINDO DISTRICT

  1. INTRODUCTION 

Water For People is an international non-for-profit organization working in Water, Sanitation & Hygiene. It works across nine countries, bringing together communities, local entrepreneurs, and governments to build sustainable water and sanitation services.

Water For People committed to support all communities, schools, and health care facilities in Rulindo, Kicukiro, Gicumbi, Karongi and Gisagara to gain access to sustainable water, sanitation, and hygiene services. It is in this connection that Water For People partners with government institutions to improve access to sustainable WASH Services by supporting the construction of water supply systems, hygiene and sanitation facilities. 

Similar Jobs in Rwanda

Learn more about Water For People
Water For People jobs in Rwanda

It is against that background that Water For People, in partnership with the District of Rulindo District, would like to hire the services of an experienced construction company to transform warehouse building located in Rusiga into an office, which will host staff from WASAC that will support Rulindo District to monitor how water services are delivered by Private Operators or service providers. 

2.    SCOPE OF WORK

  • The location to be transformed is in Rusiga sector, Rulindo District
  • The transformed house will include office room, laboratory and stock areas.
  • Study review and provision of as-built plans/drawings after house renovation and transformation.

Water For People reserves itself the right to change the scope of works before contract signature.

3.    TECHNICAL PROPOSAL

The technical proposal to be submitted by the bidder must have the components described bellow:

3.1.  Company profile and administrative documents

The company must provide the following administrative documents:

  • Full company address in Rwanda indicating Province, District, Sector, Cell, Village, E-mail, Post Office Box,
  • A copy of Trade License/Certificate of company registration,
  • VAT registration certificate
  • Valid Certificate of tax clearance by Rwanda Revenue Authority (RRA),
  • RSSB clearance certificate

3.2.  Company experience

The desired company/firm should meet the following criteria:

  • General Experience of the company in the field of construction of buildings
  • Minimum of five years of experience in building construction proven by certificates of good completion.

3.3.  Equipment

The essential equipment to be made available for the Contract by the successful Bidder shall be:

  • One trucks with 5mof capacity.
  • One concrete vibrator.

The bidder must provide proof of possession (equipment must be registered in the names of the company or with a notarized rental or buying contract signed by both parties accompanied by proof of their invoices).

3.4 Team Composition and Required Skills

The company/firm should have the following staff members:

  • Project Manager: A civil engineer A0 with a minimum of 5 years of experience in construction
  • A site engineer: A civil engineer A0 with a minimum of 3 years of experience in the construction of buildings or A1 with a minimum of 5 years of experience in similar works.
  • A site foreman: A2 diploma with a minimum of 5 years of experience in the construction of buildings,

All staff will present an updated Curriculum Vitae duly signed by the staff him/herself and notarized academic documents.

4.    FINANCIAL PROPOSAL

The proposal must be done based on the following bill of quantities: 

BILL OF QUANTITIES AND ESTIMATION FOR TRANSFORMATION OF RUSIGA STORE INTO OFFICE.

No

ITEM DESCRIPTION

UNIT

QUANTITY

RATE(FRW)

TOTAL COST

I

PRELIMINARY WORKS

       

1.1

Site installation

ff

               1.00

 

                           -  

 

S/TOTAL

   

 

                           -  

II

REINFORCED CONCRETE WORKS

       

2.1

Reinforced concrete for Continuous lintel 20cmx20cm mixing ration 350kg/m3.

 m3

               0.81

 

                           -  

 

S/ TOTAL

   

 

                           -  

III

  WALL ELEVATION

       

3.1

Dump Proof  membrane.

lm

             18.20

 

                           -  

3.2

Wall elevation in Burnt Bricks wall with cement mortar ration of  300kg/m3 thickness 20cm, external walls and internal walls of height 3.8m.

 m3

             12.74

 

                           -  

 

S/ TOTAL

   

 

                           -  

IV

Plastering

       

4.1

plastering  on internal walls , including exterior beam, columns and lintels by 2 layers carefully joined .

m2

           127.40

 

                           -  

 

S/ TOTAL

   

 

                           -  

V

PAINTING

       

5.1

Apply one undercoats and three coats first grade oil paint emulsion paint to include preparation of wall surface prior to receive paint and all requirement paint works on internal and weather guard on external walls, column and lintel.

m2

           401.54

 

                           -  

5.2

E-mail Painting for metallic doors, windows

m2

             31.80

 

                           -  

 

S/TOTAL

   

 

                           -  

VI

PAVEMENT

       

6.1

Demolishing existing pavement

m2

           154.23

 

                           -  

6.2

Supply and construction of   ceramic tiles 50cmx50x0.8cm for the pavement

m2

           154.23

 

                           -  

6.3

Supply and construction of  tiles 30cmx30cmx on the wall  of the toilet and the bathroom=2.1m.

m2

             18.00

 

                           -  

6.4

Supply and construction of wall tiles 30cmx30cm on wall surfaces for laboratory and lab utensil lavatory room

m2

           100.48

 

                           -  

 

S/ TOTAL

   

 

                           -  

VII

WOODEN AND METALLIC DOOR FRAME glasses to be fixed should have 4mm thick.

 

     

7.1

Supply and installation of 4wooden (Libuyu) doors

m2

               8.64

 

                           -  

7.2

Supply and fixing a 4mm thick clear glass

m2

               4.00

 

                           -  

 

S/ TOTAL

   

 

                           -  

VIII

 METALLIC WINDOW

 

     

8.1

Supply and fix of 150*150cm 4 Metallic glazed windows with louvers and other accessories

m2

               9.00

 

                           -  

8.2

Supply and fix of 1 Metallic windows of toilettes (0.70*0.6).

m2

               0.42

 

                           -  

 

S/TOTAL

   

 

                           -  

IX

CEILING

       

9.1

Supply and fix the ceiling in gypsum

m2

           154.23

 

                           -  

 

S/TOTAL

   

 

                           -  

X

SANITARY INSTALLATION

 

     

10.1

Supply and installation of WC a la turque with all its accessories

pce

               1.00

 

                           -  

10.2

Supply and fix Mirror or glass pane.

pce

               1.00

 

                           -  

10.3

Supply and Installation of manual soap dispenser.

pce

               1.00

 

                           -  

10.4

Supply and installation of toilet paper holder

pce

               1.00

 

                           -  

10.5

supply and installation of single tap
lavabo with all accessories

pce

               1.00

 

                           -  

10.6

Supply and installation of a Double
sink (Evier). stand on constructed burnt bricks.

pce

               1.00

 

                           -  

10.7

Flooring with granitic (marble) tiles
on sink

pce

             15.00

 

                           -  

10.8

supply and installation of Siphon- PVC 110

pce

               2.00

 

                           -  

10.9

Supply and installation of automatic soap
dispenser

pce

               1.00

 

                           -  

10.1

Supply of cold water supply in the block, towards all necessary sanitary
apparatus in the whole block (this item include excavation laying pipes of
PVC 25-32mm PN10, leakage and pressure verification and all other
suggestions).

ff

1

 

                           -   

10.11

Construct manhole 80cm x 80cmx60cm, with reinforced slab cover for rainwater evacuation

pce

               1.00

 

                           -  

10.12

Supply and installation of PVC  pipe 110PN16. For evacuation of wastewater from toilets and sinks.

ml

               5.00

 

                           -  

10.13

Supply and installation of PVC 50 mm pipe PN6. For water from sink toward the main conduit for soak way pit.

ml

               8.00

 

                           -  

10.14

Excavation of soak pit (top ring in stone masonry) for receiving stormwater and that from sinks with 1m diameter,20m deep, and stones inside and covered by reinforced concrete cover

lm

             20.00

 

                           -  

10.15

Construction of lab testing table (4.1*1*0.0.7) using burnt bricks and must be covered with ceramics tiles

m3

               0.42

 

                           -  

10.16

Flooring with granitic tiles

m2

             15.00

 

                           -  

 

S/TOTAL SANITARY EQUIPEMENT

 

 

 

                           -  

XI

ELECTRICAL INSTALLATION

       

11.1

Electrical installation

ff

               1.00

 

                           -  

 

S/TOTAL

 

 

 

                           -  

 

GRAND TOTAL 15% WHT INCLUSIVE

     

                           -  

 

OFFICE EQUIPMENT

       

1

Workstation for 4 users

pce

               1.00

 

                           -  

2

Chairs (High back fabric seat and backrest and chrome frames

pce

             10.00

 

                           -  

3

Visitors chairs in aluminium for 3 seats and backrest

pce

               1.00

 

                           -  

4

Free-standing cabinets in quality MDF Lockable

pce

               4.00

 

                           -  

5

Meeting table (Round) Diameter 1.2M

pce

               1.00

 

                           -  

6

Lockable Office filing Metallic Cupboard 180Hx90Wx40D centimetres, With 3 Adjustable Shelves, Material: Alloy Steel, Gray Colour

pce

               1.00

 

                           -  

7

Printer +scanner HP LaserJet Pro MFP M428FDW wireless, print, scan, copy, fax; intuitive 6.9cm (2.7 inch); colour touchscreen.

pce

               1.00

 

                           -  

8

Computer Laptop; Models: HP ProBook or HP EliteBook; 650 G9 12th Generation; OS: Windows pro 11; RAM: 16GB; Processor i7; Hard Drive: 500SSD NVME; Misc. Camera, backlit; keyboard, 15inch screen size+accessories.

pce

               2.00

 

                           -  

 

Grand total for equipment

 

 

 

                           -  

 

Total amount for the renovation of building and Equipment (tax inclusive)

 

                      -  

The Total Price must be tax inclusive.

6.  DURATION OF THE ASSIGNMENT

It is anticipated that the work to be done will be completed within 25 calendar days from the date of the contract signature. The technical offer should indicate a clear timeline and description of the proposed methodology detailing how the deliverables will be achieved.

7.  TYPE OF AWARD

This will be a contract with clear payment schedules based on deliverables. The winner of this contract shall be responsible for submitting an original of a performance guarantee from a licensed bank or insurance company representing 10% of the total contract amount and covering a period of 12 months counted from the date of provisional handover of the work.                                   

8.  SOURCE OF FUNDS

Water For People 

 9. COPYRIGHTS

Copyright of all materials for this assignment will be retained by Water For People in Rwanda or Districts. 

10.  PROCUREMENT

The terms of reference will be published via eligible media platform.

Proposals will be evaluated using the following criteria: administrative requirements, clarity of methodology, the profile of team members, understanding of the task, demonstrable understanding and availability of tools, equipment required to effectively carry out the assignment, and cost as follows.

  • Administrative documents/company profile: PASS or FAIL. Only the bidders with a PASS note will continue to the second stage of evaluation.
  • Technical Proposal:
    • Methodology, Equipment and workplan: 20%
    • Company experience: 40%
    • Profile of the team members: 40%

1st stage: Administrative documents: PASS or FAIL. Only the bidders with a PASS note will continue to the second stage of evaluation.

2nd stage: Technical proposal: 100% (that includes the workplan and methodology including the availability of equipment and company experience and profile of the team members with CV and academic documents). Pass mark is fixed at 80%

3rd Stage: Financial Proposal: All proposals that will score 80% from the technical evaluation shall have their financial proposals evaluated. The successful bidder will be the lowest technical qualified bidder and lowest quote will be considered. 

The selected vendor will be contractually required to comply with Water For People’s Vendor Code of Conduct  Vendor code OK.pdf Vendor-Code-of-Conduct and will be required to deliver a Conflict-of-Interest Certificate prior to execution of the contract. The Conflict-of-Interest Certificate requires the disclosure of any potential or actual conflicts of interest with Water For People employees or their relatives including past, current, or proposed business transactions, employment or offers of employment, or certain gifts or entertainment. Water For People will evaluate any disclosures of conflicts of interest; if Water For People determines it cannot waive or mitigate the conflict of interest it will result in the disqualification of the selected proposer.  

11.  Eligibility for Bidders

The prospective bidders will conduct a compulsory site visit on the 05th of April 2023. They shall meet at RUSIGA sector of Rulindo District. The sector is located on the main road toward Rulindo district headquarters. The site visit will start at 10:30 AM. 

12.  REPORTING AND WORK RELATIONSHIP

The contractor will report to the Water For People Program assistant for this assignment. The contractor will be collaborating with the entire Water For People team including the top management team as well as the field staff.

On daily basis, the contractor will be supervised by Water For People representative, the District Support Engineer from WASAC and Rulindo District representative and the provisional handover of works must be approved by all the above parties. 

13. Rights Reserved

  • Water For People in Rwanda reserves the right to cancel the entire procurement process without incurring any liability whatsoever.
  • Water For People in Rwanda reserves the right to amend any segment of the request for proposal prior to the announcement of selected candidates.
  • Water For People in Rwanda also reserves the right to remove one or more of the services from consideration for this contract should the evaluation show that it is in Water For People’s best interest to do so.
  • Water For People in Rwanda also may, at its discretion, issue a separate contract for any service or groups of services included in this request for proposal . Water For People may negotiate a compensation package and additional provisions to the contract awarded under this request for proposal.
  • Water For People in Rwanda reserves the right to debrief the applicants after the completion of the process due to the expected high volume of applications to avoid the compromise of the process. 

14.  BIDDING PROCESS

Interested companies/individuals are requested to submit their application files electronically not later than Thursday 10th April 2023 by 05:00 PM local time with the following subject “the renovation works of an existing storehouse into an office house located in Rusiga Sector in Rulindo District. ” to the following email: rwprocurement@waterforpeople.org 

Both technical and financial bids must be submitted in separately. The financial offer should be protected with a password that will be shared with the procurement officer one day after submission. 

Notes:

  1. Any bid with any arithmetic error in calculation or any other type of error or omission will automatically be disqualified.
  2. Hard copies and late submissions shall be rejected.
  3. Late submissions will not be considered.

Done at Kigali on March 31st, 2023.

Eugene DUSINGIZUMUREMYI

Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: 21 April 2023
Duty Station: Kigali
Posted: 04-04-2023
No of Jobs: 1
Start Publishing: 04-04-2023
Stop Publishing (Put date of 2030): 19-04-2066
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.