Welcome to AFD/dgMarket


Recherche
Recherche Avancée

HIRING GLOBAL PROJECT COORDINATOR FOR THE DIGITIZATION OF THE ADMINISTRATION AND INNOVATION FOR DEVELOPMENT PROJECT. (EXPIRED)

Appel à Manifestation d'Intérêt

Informations générales

Pays:   Rwanda
Ville/Localité:   Kigali
Numéro de l'avis/du contrat:   P000044/2022/2023/RISA
Date de publication:   Mai 3, 2023
Date limite (heure locale):   Mai 10, 2023 - 10:00
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   RWANDA - Rwanda Information Society Authority (RISA)
Eligibilité des Soumissionaires:   The consultants are invited to provide :
- Resumes (CV);
- Detailed description of relevant past professional experiences;
- Letter of application ;
- Any additional relevant documents.

Eligibility criteria and the selection procedure shall be in accordance with individual consultant method. The Individual Consultant will be selected on the basis of his/ her relevant experience, qualifications, and capability to carry out the assignment. The evaluation criteria are as follows and shall rely on the terms of reference.
 General qualifications (Educational qualifications): 35 pts

 Adequacy for the proposed assignment including experience in the area of expertise of the assignment and similar assignments: 35 pts

 Experience with International donor agencies funded projects in the region: 25 pts
 Language proficiency: 5pts

Only consultants who have obtained 75 points or more will be subject to further consideration. All consultants will be ranked in descending order and the first one on the list shall be asked to submit the financial proposal and invited contract negotiations and retained for the assignment if the proposed professional fees fall within the limits of the available budget. The same process will continue with the next ranked consultant if the negotiations fail to result in an acceptable contract.
Langue d'origine:   Anglais

Contact

Adresse :   Sandra RUSAGARA
Procurement Officer
RISA
Kigali-Rwanda
Kigali, Kigali City
Rwanda
Téléphone:   +250783716232
Adresse électronique :   sandra.rusagara@risa.gov.rw

Missions

 

Dossier d'appel d'offres et documents joints

 
  • Sollicitation: Terms of Reference (25 KB; Mai 3, 2023)
  • Sollicitation: Request for Expression of Interest (59 KB; Mai 3, 2023)
     Télécharger le(s) document(s)

Texte original

REQUEST FOR EXPRESSIONS OF INTEREST

INDIVIDUAL CONSULTANT

DIGITALIZATION OF THE ADMINISTRATION AND INNOVATION FOR DEVELOPMENT

PROJECT NO: CRW 106601N

Assignment Title: HIRING A PROJECT MANAGER IN CHARGE NETWORK MODERNIZATION PROJECT

Reference No: To be generated by the e-procurement system

The Government of Rwanda (GoR) has received funding from the Agence Francaise de Development (AFD) for the digitization of the administration and innovation for development project. The General Objective of the project is to "Leverage ICT to improve public services and promote innovation for socio-economic development in Rwanda". This is in line with the dual mandate of MINICT to accelerate the use of Information and Communication Technologies for the socio-economic development of the country and to promote innovation and emerging technologies.


The project will be coordinated through the Ministry of ICT and Innovation (MINICT), with Rwanda Information Society Authority (RISA) as the Project implementing institution. A dedicated Single Project Implementation Unit (SPIU) is thus being set up and operationalized at RISA that will have overall responsibility for supporting project preparation and implementation.

The Project Manager shall be in charge of Government Network Modernization project and Participate in the drafting of the procurement plan and ToRs for the contractors / Consultant to be hired for the High Level & Low level Network design, Network equipment suppliers , Monitoring Tool Supplier and Training provider and also ensure the supervision of Network Modernization project including monitoring and evaluation

Rwanda Information Society Authority (RISA) now invites eligible Individual consultants to indicate their interest in providing the Services. Interested Individual Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The consultants are invited to provide :
- Resumes (CV);
- Detailed description of relevant past professional experiences;
- Letter of application ;
- Any additional relevant documents.

Eligibility criteria and the selection procedure shall be in accordance with individual consultant method. The Individual Consultant will be selected on the basis of his/ her relevant experience, qualifications, and capability to carry out the assignment. The evaluation criteria are as follows and shall rely on the terms of reference.
 General qualifications (Educational qualifications): 35 pts

 Adequacy for the proposed assignment including experience in the area of expertise of the assignment and similar assignments: 35 pts

 Experience with International donor agencies funded projects in the region: 25 pts
 Language proficiency: 5pts

Only consultants who have obtained 75 points or more will be subject to further consideration. All consultants will be ranked in descending order and the first one on the list shall be asked to submit the financial proposal and invited contract negotiations and retained for the assignment if the proposed professional fees fall within the limits of the available budget. The same process will continue with the next ranked consultant if the negotiations fail to result in an acceptable contract.
The selected consultant shall be awarded a contract of Thirty-Six (36) months that may be renewed upon satisfactory performance as may be subsequently agreed upon by the parties in writing. During negotiations, the client will agree with the consultant on the monthly payment inclusive of applicable taxes by the government of Rwanda. The expert will be paid upon submission and approval of a monthly activity report.
Interested and qualified Individual candidates (Consultants) are requested to submit their EOIs with updated CV showing qualifications and experience that best qualify them for the assignment with three referees and copies of relevant degrees and academic documentation via E-procurement system on 10th May 2023 at 10:00am as well as opening scheduled on 10th May 2023 at 10:30 Kigali time, details will be found on www.umucyo.gov.rw.
- Note:
o EOIs must not contain any financial information.
o Interested consultants who are not registered in the E-Procurement System are advised to register to be able to submit their expressions of interest. The videos below show how to use the Umucyo system prior to submitting the EOI and the registration process may take 2-3 business days:
• Supplier registration
• Registration of certificate
• Submission of bid
Please do ensure to only use a Windows-operated computer for your registration on e-umucyo system.

Sincerely,


Innocent B MUHIZI
Chief Executive Officer
Rwanda Information Society Authority






Appendix to The Request for Expressions of Interest
(To be sumitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility

Reference of the bid or proposal (the "Contract")
To: (the "Contracting Authority")

1. We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.
2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:
2.1 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;
2.2 Having been:
a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);
b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);
c) convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;
2.3 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;
2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;
2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;
2.6 Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);
2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.
3. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:
3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;
3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;
3.5 In the case of procurement of goods, works or plants:
a) Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;
b) 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.
4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.
6. In the context of the procurement process and performance of the corresponding contract:
6.1 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;
6.2 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;
6.3 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’s country, 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;
6.4 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any 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 Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;
6.5 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;
6.6 Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;
6.7 We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants 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 when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.
7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

Name: In the capacity of:
Duly empowered to sign in the name and on behalf of :
Signature:
Dated:



Veuillez noter que cet avis est pour information seulement.
Nous nous efforçons de fournir des informations les plus exactes et mises à jour mais nous ne pouvons pas garantir que toutes les informations fournies sur notre site ne contiennent pas d'erreur.
Si vous avez des suggestions/corrections pour cet avis, n'hésitez pas à nous en informer.