rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · web view · 2017-03-11the data sheet...

129
REPUBLIC OF RWANDA RWANDA SOCIAL SECURITY BOARD (RSSB) REQUEST FOR PROPOSAL TITLE OF TENDER ANNUAL CONTRACT FOR THE PROCUREMENT OF VARIOUS INSURANCE COVERS FROM INSURANCE COMPANIES TENDER NUMBER 077/S/N/RSSB/2013-2014 PROCUREMENT METHOD OPEN COMPETITIVE BIDDING DATE OF ISSUE MARCH 2014

Upload: duongcong

Post on 07-Mar-2018

245 views

Category:

Documents


9 download

TRANSCRIPT

Page 1: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

REPUBLIC OF RWANDA

RWANDA SOCIAL SECURITY BOARD (RSSB)

REQUEST FOR PROPOSAL

TITLE OF TENDERANNUAL CONTRACT FOR THE PROCUREMENT OF VARIOUS INSURANCE COVERS FROM INSURANCE COMPANIES

TENDER NUMBER 077/S/N/RSSB/2013-2014

PROCUREMENT

METHOD

OPEN COMPETITIVE BIDDING

DATE OF ISSUE MARCH 2014

Selection of Consultants

Page 2: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 1 of 94

(Insurance Companies)

Page 3: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 2 of 94

CONTENTS

Section 1. Letter of Invitation (LOI).........................................................................................3

Section 2. Instructions to Consultants.....................................Error! Bookmark not defined.

1 Definitions......................................................................................................................5

2. Introduction....................................................................................................................5

3. Clarification and Amendment of RFP Documents........................................................9

4. Preparation of Proposals................................................................................................9

5. Submission, Receipt, and Opening of Proposals.........................................................11

6. Proposal Evaluation.....................................................................................................12

7. Negotiations.................................................................................................................15

8. Award of Contract........................................................................................................16

9. Confidentiality.............................................................................................................16

Instructions to Consultants, Data Sheet...................................Error! Bookmark not defined.

Section 3. Technical Proposal - Standard Forms...............................................................22

Section 4. Financial Proposal - Standard Forms...............................................................34

Section 5. Terms of Reference..............................................................................................37

Section 6. Standard Form of Contract................................................................................59

Page 4: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 3 of 94

Section 1. INVITATION LETTER

TENDER NOTICE N O 077/S/N /RSSB/2013-2014

TITLE: ANNUAL RENEWAL OF INSURANCE CONTRACTS OF RWANDA SOCIAL SECURITY BOARD’S

a. GLOBAL INSURANCE POLICY (PACKAGE POLICY) COVERINGMATERIAL DAMAGE, CONSEQUENTIAL LOSS, BURGLARY & HOUSE BREAKING, PLANT ALL RISKS / MACHINERY BREAKDOWN, COMPUTER ALL RISKS, ELECTRICAL AND ELECTRONIC EQUIPMENTS, FIDELITY GUARANTEE, GOODS IN TRANSIT, SABOTAGE & TERRORISM AND LIABILITIES POLICY

b. MOTOR FLEET POLICY and

c. GROUP LIFE POLICY

SOURCE OF FUND: RSSB

CLIENT: RWANDA SOCIAL SECURITY BOARD

The RWANDA SOCIAL SECURITY BOARD would like to invite all licensed Insurance Companies operating in Rwanda to submit bids for the ANNUAL INSURANCE CONTRACTS OF THE RWANDA SOCIAL SECURITY BOARD’S as specified above.

Tender Documents in English may be obtained from Tuesday 18th March 2014 at RSSB headquarters/Kiyovu in (procurement unit 7th floor) upon presentation of proof of payment of a non-refundable fee of 10,000 FRw (Ten thousand francs) to Account N° 040-0281146-73, for RSSB entitled ’’Revenus d’investissement’’ opened at Bank of Kigali.

Well printed bids written in English language, properly bound and presented in four copies “one of which should be the original and the other three; copies of the original” must reach RWANDA SOCIAL SECURITY BOARD at the above mentioned address not later than 22nd April 2014 at 2:00 o’clock p:m.

Bids should be submitted along with a bid guarantee of 2% of the bidders offer. Bids submitted after the stipulated time will not be accepted.

For the global insurance policy, the outer envelope should be marked as follows:

TENDER NOTICE N° 077/S/N/RSSB/2013-2014

“ANNUAL INSURANCE CONTRACT OF RWANDA SOCIAL SECURITY BOARD’S GLOBAL INSURANCE (PACKAGE POLICY)

“OPENED IN PUBLIC ONLY”

For the Motor Fleet Insurance Policy, the outer envelope should be marked as follows:

Page 5: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 4 of 94

TENDER NOTICE N° 077/S/N//RSSB/2013-2014

“ANNUAL INSURANCE CONTRACT OF RWANDA SOCIAL SECURITY BOARD’S

MOTOR FLEET INSURANCE

“OPENED IN PUBLIC ONLY”

For the group life assurance policy, the outer envelope should be marked as follows:

TENDER NOTICE N° 077/S/N/RSSB/2013-2014

“ANNUAL GROUP LIFE ASSURANCE CONTRACT OF RWANDA SOCIAL SECURITY BOARD”

“OPENED IN PUBLIC ONLY”

The opening of technical bids will take place on the same day at 2:30 p: m at RSSB Headquarters, in the presence of the bidders or their representatives at 10th floor in the meeting room.

Bidding will be conducted in accordance with the Law N°12/2007 of 27/03/2007 and the Law N°05/2013 of 13/02/2013 on Public Procurement.

Done at Kigali, on …../……, 2014

Marcel NKUSI MPAMODirector of Corporate Services

Page 6: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 5 of 94

Section 2. Instructions to Insurance Companies 1. Definitions

(a) “Client/Procuring Entity” means the agency with which the selected insurance company/s signs the Contract for the Services.

(b) “Insurance company” means any entity that may provide or provides the Services to the Client under the Contract.

(c) “Contract” means the agreement between the procuring entity and the successful bidder.

(d) “Data Sheet” means such part of the Instructions to Insurance company/s used to reflect specific country and assignment conditions.

(e) “Day” means calendar day.

(f) “Government” means the Government of the Republic of Rwanda.

(g) “Instructions to Insurance company/s” (Section 2 of the RFP) means the document, which provides bidders with all information needed to prepare their Proposals.

(h) “LOI” (Section 1 of the RFP) means the Letter of Invitation being sent by the Client to interested bidders.

(i) “Personnel” means professional staff and other support staff of the bidding company who will be dedicated in the bidders office to servicing the clients insurances and insurance needs

(j) “Proposal” means the Technical Proposal and the Financial Proposal.

(k) “RFP” means the Request for Proposal to be prepared by the Client for the selection of Insurance Companies who present themselves as bidders for the respective insurances based on the Standard Request for Proposals.

(l) “SRFP” means the Standard Request for Proposals, which must be used by the Client as a guide for the preparation of the RFP.

(m)“Services” means the insurance coverage to be provided by the bidding companies if successful.

(n) “Terms of Reference” (TOR) means the document included in the RFP as Section 5 which explains the types of insurances, scope of Cover and activities expected of the insurance company, tasks to be performed, respective responsibilities of the Client and the bidding companies, and expected results and deliverables from the insurance companies.

2. Introduction2.1. The Client named in the Data Sheet will select one or more insurance companies from amongst the

list of bidders, in accordance with the method of selection specified in the Data Sheet.

2.2. Interested Insurance Companies are invited to submit a Technical Proposal and a Financial Proposal. The Technical Proposal only, as specified in the Data Sheet, for the provision of insurance covers named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Insurance Company(s).

2.3. To obtain first-hand information about the client, bidding companies are encouraged to visit the Client before submitting a proposal and to attend a pre-proposal conference if one is specified in the Data Sheet. Attending the pre-proposal conference is optional. Interested bidders should contact the Client’s representative named in the Data Sheet to arrange for their visit or to obtain

Page 7: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 6 of 94

additional information on the pre-proposal conference. Bidders should ensure that RSSB Procurement officials concerned are advised of their intention to visit in adequate time to allow them to make appropriate arrangements.

2.4. The Client will timely provide at no cost to the Bidders the inputs specified in the Data Sheet and make available relevant data if requested for by the bidders with a view to availing bidders with details needed to make an informed bid.

2.5. Bidders shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. The Client is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the companies that bided.

Conflict of Interest

2.6. Rwanda Public Procurement policy requires that bidders provide independent professional, objective, and cost effective bids devoid of any form of collusive practices amongst bidders and at all times hold the Client’s interests paramount.

2.7. Without limitation on the generality of the foregoing, bidders found wanting of any of the aforementioned acts or traits may stand automatically disqualified from the bid process without recourse to any form of compensation from the client.

Conflicting activities

i) A Consultant that has been engaged by the Client to provide goods, works or services other than consulting services for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a Consultant hired to provide consulting services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the Consultant’s consulting services for such preparation or implementation. For the purpose of this paragraph, services other than consulting services are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery.

Conflicting assignments

ii) A Consultant (including its Personnel and Sub-Consultants) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Consultant to be executed for the same or for another Client. For example, a Consultant hired to prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Client in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Consultant hired to prepare Terms of Reference for an assignment should not be hired for the assignment in question.

Conflicting relationships

iii) A Consultant (including its Personnel and Sub-Consultants) that has a business or family relationship with a member of the Client’s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Contract, shall not be awarded a Contract.

Page 8: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 7 of 94

1.6.1 Consultants have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their Client, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the Consultant or the termination of its Contract.

1.6.2 No current employees of the Client shall work as Consultants in government ministries, departments or agencies. Recruiting former government employees of the Client to work for their former ministries, departments or agencies is acceptable provided no conflict of interest exists.

Unfair Advantage

1.6.3 If a short-listed insurance company could derive a competitive advantage from having provided insurance coverage related to the assignment in question, the Client shall make available to all short-listed insurance companies together with this RFP all information that would in that respect give such insurance company any competitive advantage over competing companies.

Fraud and Corruption1.7 The Rwanda public procurement regulations require that all procuring entities, as well as insurance

companies participating in public procurement adhere to the highest ethical standards, both during the selection process and throughout the execution of a contract. In pursuance of this policy, the Rwanda public procurement regulations:

(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:

(i) “Corrupt practice” means offering, giving, receiving money or anything of value to make a public official partial in the tender award or contract execution process;

(ii) “Fraudulent practices” refer to any act of lying, providing misinformation, including collusive practices among bidders aiming at influencing the procuring entity to making wrong decisions or to giving room for poor execution of the contract;

(iii) “Collusive practices” means a scheme or arrangement between two or more insurance companies with or without the knowledge of the Client, designed to establish prices at artificial, non competitive levels;

(iv) “Coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract.

(b) Require rejection of a proposal for award if it is determined that the insurance company recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question;

(c) Require sanctions to a insurance company, including declaring the insurance company ineligible, either indefinitely or for a stated period of time, to be awarded any contract if at any time it is determined that the insurance company has, directly through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing a contract; and

(d) Gives the right to require that, a provision be included requiring the insurance company to permit the procuring entity to inspect their accounts and records and other documents relating to the submission of proposals and contract performance, and have them audited by auditors appointed by client.

Page 9: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 8 of 94

1.8 Concerned Insurance companies, and their associates shall not be under a declaration of ineligibility for corrupt and fraudulent practices in accordance with the above para. 1.7.

1.9 Concerned insurance companies shall furnish information on commissions, if any, paid or to be paid to agents relating to this proposal and during execution of the assignment if the insurance company is awarded the Contract, as requested in the Financial Proposal submission form (Section 4).

Single Proposal from each bidding insurance company.

1.10 Each Licensed General Insurance Company may only submit one proposal for the General Insurance Bid and each Licensed Life Insurance company may only submit one proposal for the Group Life Insurance Bid. If an Insurance company submits proposals for a line of business it is not licensed to write, such proposals shall be disqualified.

Proposal Validity

1.11 The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission date. During this period, Bidders shall maintain the availability of Professional staff nominated in the Proposal. The Client will make its best effort to complete negotiations within this period. Should the need arise, however, the Client may request Bidders to extend the validity period of their proposals. Bidders who agree to such extension shall certify that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Bidders could submit new staff in replacement, who would be considered in the final evaluation for contract award. Bidders who do not agree have the right to refuse to extend the validity of their Proposals.

3. Clarification and Amendment of RFP Documents2.1. Bidders may request a clarification of any of the RFP documents up to the number of days

indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all Bidders. Should the Client deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure under para. 2.2.

2.2. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing or by standard electronic means. The addendum shall be sent to all Bidders and will be binding on them. Bidders shall acknowledge receipt of all amendments. To give Bidders reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals.

4. Preparation of Proposals2.3. The Proposal (see para. 1.2), as well as all related correspondence exchanged by the Bidders and the

Client, shall be written in the language (s) specified in the Data Sheet.

2.4. In preparing their Proposal, Bidders are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a

Page 10: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 9 of 94

Proposal.

2.5. While preparing the Technical Proposal, Bidders must give particular attention to the following:

(a) If a short-listed Bidder considers that it may enhance its expertise for the assignment by associating with other Bidders in a joint venture, it may associate with either (a) non-short-listed Bidder (s), or (b) short-listed Bidder(s) if so indicated in the Data Sheet. In case of association with non-short-listed Bidders, the short-listed Bidder shall act as consortium leader. In case of a joint venture, all consortium members shall be jointly and severally liable and shall indicate who will act as the leader of the consortium.

(b) The estimated number of Professional staff-months or the budget for executing the assignment shall be shown in the Data Sheet, but not both. However, the Proposal shall be based on the number of Professional staff-months or budget estimated by the bidders.

For fixed-budget-based assignments, the available budget is given in the Data Sheet, and the Financial Proposal shall not exceed this budget, while the estimated number of Professional staff-months shall not be disclosed.

(c) Alternative professional staff shall not be proposed, and only one curriculum vitae (CV) may be submitted for each position.

Language

(d) Documents to be issued by the bidders as part of this assignment must be in the language(s) specified in the Reference Paragraph 3.1 of the Data Sheet. If Reference Paragraph 3.1 indicates two languages, the language in which the proposal of the successful bidders will be submitted shall govern for the purpose of interpretation. It is desirable that the bidders Personnel have a working knowledge of the Client’s national language.

Technical Proposal Format and Content

2.6. Depending on the nature of the insurance covers required and being bided for, Bidders are required to submit a Full Technical Proposal (FTP), or a Simplified Technical Proposal (STP). The Data Sheet indicates the format of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non-responsive. The Technical Proposal shall provide the information indicated in the following paragraphs from (a) to (g) using the attached Standard Forms (Section 3). Paragraph (c) (ii) indicates the recommended number of pages for the description of the approach, methodology and work plan of the STP. A page is considered to be one printed side of A4 or letter size paper.

(a) (i) For the FTP only: a brief description of the bidding companies organization and an outline of recent experience of the bidding company and, in the case of a consortium of insurers, for each member company in the consortium, on assignments of a similar nature is required in Form TECH-2 of Section 3. For each assignment, the outline should indicate the names of consortium members / Professional staff who participated, duration of the assignment, contract amount, and bidders involvement. Information should be provided only for those assignments for which the bidder was legally contracted by the Client as a corporation or as one of the major companies within a consortium of insurers. Assignments completed by individual Professional staff working privately or through other insurance company cannot be claimed as the experience of the bidding company, or that of the bidders associates, but can be claimed by the Professional staff themselves in their CVs. Bidding companies should be prepared to substantiate the claimed

Page 11: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 10 of 94

experience if so requested by the Client.

(ii) For the STP the above information is not required and Form TECH-2 of Section 3 shall not be used.

(b) (i) For the FTP only: comments and suggestions on the Terms of Reference including workable suggestions that could improve the quality/ effectiveness of the assignment are required. (Form TECH-3 of Section 3).

(ii) For the STP Form TECH-3 of Section 3 shall not be used; the above comments and suggestions, if any, should be incorporated into the description of the approach and methodology (refer to following sub-para. 3.4 (c) (ii)).

(c) (i) For the FTP, and STP: a description of the approach of the insurer to providing cover in an effective and cost efficient manner, Reinsurance methodology and work plan for providing cover, and organization and staffing schedule. Guidance on the content of this section of the Technical Proposals is provided under Form TECH-4 of Section 3. The work plan should be consistent with the Work Schedule (Form TECH-8 of Section 3) which will show in the form of a Gant chart the timing proposed for each activity.

(ii) For the STP only: the description of the Technical approach, Reinsurance methodology and work plan should normally consist of about 10 pages, including charts, diagrams, and comments and suggestions, if any, on Terms of Reference and counterpart staff and facilities.

(d) The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks (Form TECH-5 of Section 3).

(e) Estimates of the staff input needed to carry out the assignment (Form TECH-7 of Section 3). The staff-months input should be indicated separately for home office and field activities, and for foreign and local Professional staff.

(f) CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff (Form TECH-6 of Section 3).

(g) For the FTP only: a detailed description of the proposed Technical approach and Reinsurance methodology, as well as qualified insurance professional staff in your employ.

2.7. The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive.

Financial Proposals

2.8. The Financial Proposal shall be prepared using the attached Standard Forms (Section 4). It shall list all Costs or Proposed Rates for each of the Class of Insurance being tendered for..

Taxes

2.9. Bidders must take account and include any form of tax due on their part and detail all amounts payable by the Client under the Contract.

3.8. Bidders should note that all premiums shall be paid in Rwanda Francs only.

3.9 Commissions, if any, paid or to be paid by successful insurance companies to any Broker or Agent or Consultants and related to the covers being offered should be listed in the Financial Proposal Form

Page 12: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 11 of 94

FIN-1 of Section 4.

5. Submission, Receipt, and Opening of Proposals4.1 The original proposal (Technical Proposal and, if required, Financial Proposal; see para. 1.2) shall

contain no interlineations or overwriting, except as necessary to correct errors made by the Bidders themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the format of TECH-1 of Section 3, and FIN-1 of Section 4.

4.2 An authorized representative of the Bidding company shall initial all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”.

4.3 The Technical Proposal shall be marked “ORIGINAL” or “COPY” as appropriate. The Technical Proposals shall be sent to the addresses referred to in para. 4.5 and in the number of copies indicated in the Data Sheet. All required copies of the Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs.

4.4 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal (if required under the selection method indicated in the Data Sheet) shall be placed in a sealed envelope clearly marked “FINANCIAL PROPOSAL” followed by the number and the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number and title of the Loan, and be clearly marked “DO NOT OPEN, EXCEPT IN PUBLIC”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection. If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive.

4.5 The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated in the Data Sheet, or any extension to this date in accordance with para. 2.2. Any proposal received by the Client after the deadline for submission shall be returned unopened.

4.6 The Client shall open the Technical Proposal immediately after the deadline for their submission. The envelopes with the Financial Proposal shall remain sealed and securely stored.

6. Proposal Evaluation5.1 From the time the Proposals are opened to the time the Contract is awarded, Bidders should not

contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Consultants to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultants’ Proposal.

Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded.

Page 13: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 12 of 94

Page 14: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 13 of 94

Evaluation of Technical Proposals5.2 The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness

to the Terms of Reference, applying the evaluation criteria, sub-criteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score (St). A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet.

Financial Proposals for Quality Based Selection (QBS)

5.3 Following the ranking of technical Proposals, when selection is based on quality only (QBS), the first ranked Insurance Company would be invited to negotiate its proposal and the Contract in accordance with the instructions given under clause 6 of these Instructions.

Public Opening and Evaluation of Financial Proposals (only for QCBS, FBS, and LCS)

5.4 After the technical evaluation is completed, the Client shall inform the Bidders who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those Bidders whose Proposals did not meet the minimum qualifying mark or were considered non responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. The Client shall simultaneously notify in writing Bidders that have secured the minimum qualifying mark, the date, time and location for opening the Financial Proposals. The opening date shall not be sooner than seven days after the notification date. The notification may be done by hand with acknowledgement of receipt or be sent by registered letter, cable, telex, facsimile.

5.5 Financial Proposals shall be opened publicly in the presence of the Bidders representatives who choose to attend. The name of the Bidders and the technical scores of the Bidders shall be read aloud. The Financial Proposal of the Bidders who met the minimum qualifying mark will then be inspected to certify that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the Rates quoted and or Premium quoted read aloud and recorded. Bidders attendance at the opening of Financial Proposals is optional.

5.6 The Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between word and figures the formers will prevail. In addition to the above corrections, as indicated under para. 3.6, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case an activity or line item is quantified in the Financial Proposal differently from the Technical Proposal, (i) if the Time-Based form of contract has been included in the RFP, the Evaluation Committee shall correct the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal, apply the relevant unit price included in the Financial Proposal to the corrected quantity and correct the total Proposal cost, (ii) if the Lump-Sum form of contract has been included in the RFP, no corrections are applied to the Financial Proposal in this respect and date indicated in the Data Sheet.

5.7 In case of QCBS, the lowest evaluated Financial Proposal (Fm) will be given the maximum financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) indicated in the Data Sheet: S = St x T% + Sf x P%. The Bidder achieving the highest combined technical and financial score will be invited for negotiations.

Page 15: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 14 of 94

5.8 In the case of Fixed-Budget Selection, the Client will select the Bidder that submitted the highest ranked Technical Proposal within the budget. Proposals that exceed the indicated budget will be rejected. In the case of the Least-Cost Selection, the Client will select the lowest proposal among those that passed the minimum technical score. In both cases the evaluated proposal price according to para. 5.6 shall be considered, and the selected Bidder is invited for negotiations.

7. Negotiations6.1 Negotiations will be held at the date and address indicated in the Data Sheet. The invited Bidders will,

as a pre-requisite for attendance at the negotiations, certify availability of all Professional staff. Failure in satisfying such requirements may result in the Client proceeding to negotiate with the next-ranked Bidder. Representatives conducting negotiations on behalf of the Bidder must have written authority to negotiate and conclude a Contract.

Technical negotiations

6.2 Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and reinsurance methodology, work plan, and organization and staffing, and any suggestions made by the Bidder to improve the Terms of Reference. The Client and the Bidders will finalize the Terms of Reference. These documents will then be incorporated in the Contract as “Description of Services”. Special attention will be paid to clearly defining the inputs required from the Client to ensure satisfactory implementation of the assignment. The Client shall prepare minutes of negotiations which will be signed by the Client and the Consultant.

Financial negotiations

6.3 If applicable, it is the responsibility of the Bidder, before starting financial negotiations, to contact the local tax authorities to determine the local tax amount to be paid by the Bidder under the Contract. The financial negotiations will include a clarification (if any) of the Bidders tax liability in the Republic of Rwanda, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. In the cases of QCBS, Fixed-Budget Selection, and the Least-Cost Selection methods, unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff nor other proposed unit rates. For other methods, Bidders will provide the Client with the information on quoted premiums and Rates described in the Appendix attached to Section 4 - Financial Proposal - Standard Forms of this RFP.

Availability of Professional staff/experts

6.4 Having selected the Bidder on the basis of, among other things, an evaluation of proposed Professional staff, the Client expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the Client will require assurances that the Professional staff will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the bidder may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the bidder within the period of time specified in the letter of invitation to negotiate.

Conclusion of the negotiations

6.5 Negotiations will conclude with a review of the draft Contract. To complete negotiations the Client and the bidder will initial the agreed Contract. If negotiations fail, the Client will invite the bidder

Page 16: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 15 of 94

whose Proposal received the second highest score to negotiate a Contract.

8. Award of Contract7.1 After completing negotiations the Client shall award the Contract to the best selected insurance

company/s, and promptly notify all bidders who have submitted proposals. After Contract signature, the Client shall return the unopened Financial Proposals to the unsuccessful Bidders.

7.2 The selected insurance company/s are expected to commence the assignment on the date and at the location specified in the Data Sheet.

9. ConfidentialityInformation relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to the Bidders who submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any Bidder of confidential information related to the process may result in the rejection of its Proposal and may be subject to the sanctions under the law on public procurement.

Page 17: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 16 of 94

Instructions to Insurance Companies and Insurance Brokerage Firms, Data Sheet

ParagraphReference

1.1 Name of the Client: RSSB

Method of selection: Open Competitive Bidding

1.2 Financial Proposal to be submitted together with Technical Proposal: YES Name of the assignment is: ANNUAL CONTRACT OF RWANDA SOCIAL SECURITY BOARD LOT A. GLOBAL INSURANCE POLICY (PACKAGE POLICY) COVERING MATERIAL DAMAGE, CONSEQUENTIAL LOSS, BURGLARY & HOUSE BREAKING, PLANT ALL RISKS / MACHINERY BREAKDOWN, COMPUTER ALL RISKS, ELECTRICAL AND ELECTRONIC EQUIPMENTS, FIDELITY GUARANTEE, GOODS IN TRANSIT, SABOTAGE & TERRORISM AND LIABILITIES POLICY

LOT B. MOTOR FLEET INSURANCE POLICY

LOT C. GROUP LIFE ASSURANCE POLICY

1.3 A pre-proposal conference will be held: NO

1.4 The Client will provide the following inputs and facilities: NA

1.5 The Client envisages the need for continuity for downstream work: NO

1.6 Proposals must remain valid 90 days after the submission date

1.7 Clarifications may be requested not later than 7 days prior to the submission date.

Clarification for bid purposes only, the Purchaser’s address is:

Procurement DivisionRWANDA SOCIAL SECURITY BOARD P.O Box 250 Kigali-RwandaTel: + (250) (0)252598400, Fax + (250) (0)252584445

Email: [email protected]

1.8 Proposals shall be submitted in ENGLISH

Page 18: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 17 of 94

1.9 Bidders may offer their bids as individual companies or as a consortium of insurers

1.101.11

The available budget is : ORDINARY BUDGET OF RSSBAll bidders must provide and fill the following documents:

1. Bid submission form duly signed well printed and properly organized.2. Copy of Certificate of incorporation3. Copy of operating license issued by BNR (insurance companies)4. Original or a certified copy of Rwanda Social Security Board certificate5. Copy of the tax clearance certificate or a statement of

arrears(Notarized);6. Approved Audit Report for 2012. 7. Copy of last Actuarial Valuation (not longer than 3 years current – for

Life Insurance Companies only)8. Bid security of 2% of the bidder’s offer.9. Copies of Reinsurance Treaties Cover Notes for 201410.Evidence of any International Ratings 11. CV of three professionally certified employees in the Technical

division of the company (Underwriting, Claims and Reinsurance)12.A two page document which describes your proposed Technical

Approach and Reinsurance Methodology to be employed in the management of the insurances if selected as the preferred underwriter

13.A letter of clearance from the Secretariat of the Rwanda Insurers Association (ASSAR)

14.List of 10 major claims settled in 2013- provide evidence15.List of 10 major clients currently in your books – provide evidence

Short listing of companies will be based on the level of fulfilment of the above requirements. Only shortlisted companies will be considered for the next evaluation stage.

1.12 The format of the Technical Proposal to be submitted is: NA

1.13 Amounts payable by the Client to the bidding companies under the contract to be subject to local taxation: NO

1.14 Bidders shall not have the option of submitting their bids electronically.

2.1

Bidders must submit the original and 3 copies both technical and financial proposals in one envelope (Insurance Brokers need not submit a Financial Bid)

2.2

For bid submission purposes, the Procuring Entity’s address is:

Attention: Director General of RSSB

Street Address: Plot 1003,Ubumwe Cell, African Union Boulevard, Kiyovu, Nyarugenge, P.O

Page 19: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 18 of 94

BOX : 6655 or 250 KIGALI/RWANDA;Tel. +250 252598400, Fax : +250 252584445.

www.rssb.rw e-mail: [email protected].

Floor-Room number: Ground floor,

The deadline for the submission of bids is:

Date: 22nd April 2014

Time: 2:00 hours local time pm

2.3

Criteria, sub-criteria, and point system for the evaluation of Full Technical and financial Proposals are:

(i) Reinsurance Treaty Cover Notes for the year 2014 with clear information on treaty capacity (with proof of reinsurers’ rating to be submitted to support this): Max 20 points

Lead reinsurers name, rating & rating agency: AAA+ to B+ rating (15 points) other ratings (10 points) No rating (zero points).

(ii) Major claims paid in the last two years per lot (2011 – 2013): Max 10 points Period of settlement of the claims after receipt of all required claim documents:

Below 7 days (10 points), between 8 and 13 days (6 points), between 14 and 18 days (3 points), beyond 19 days (0 point).

NB: The following documents will be required to support the above; proof of declaration, copy of last document & settlement (discharge voucher – Cheque or Bank Transfers) Non provision of these documents will declare a zero mark award for this section.

(iii) Three public institutions insured with your company with supporting certificate of good completion: Max 10 points

3 public institutions (10 points), 2 public institutions (5 points), 1 public institution (0 points)

(iv) Key personnel: Max 20 points 1 Technical Director, 1 underwriter and 1 claims administrator Attach certified evidence of qualifications.

Degree in Insurance and / or Professional qualification in insurance e.g Associate of the Chartered Insurance Institute, ACII (10 points):

Other Qualifications in insurance e.g Subject DIP from The Chartered Insurance Institute, CII (5 points)

Certificates of participation in insurance training/s (1 point per Certificate max 5 points),

Career Experience in insurance practice (10 points): Beyond 5 years (10 points), between 3 and 5 years (5 point)

Page 20: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 19 of 94

(v) Financial statement analysis for the years 2010 & 2011 with clear information on Solvency: Max 20 points

Solvency: Beyond 30% (20 points), between 25% and 29% (10 points), between 20% and 24% (5 points)

Attach copies of Financial Report 2010, 2011 & 2012 declared to RRA with official stamp

Companies with foreign major interest must submit certified copies of their Group Accounts

Copy of last Actuarial Valuation Report as conducted by a Certified Actuarial firm and admitted by BNR (Life Insurance companies only)

NB: Non Provision of Group Accounts for companies concerned will be met with zero mark allocation for this section

(vi) Procedures of claims settlement: (20 points) Total & Partial losses: Max 14 points Total loss: Insured value (7 points), Insured valued less depreciation for the

elapsed period from inception/ renewal (4 points) Partial loss: Repair and/ or replacement value (7 points), Repair and

replacement with depreciation (4 points). Maximum period of payment of claims after receiving all required documents: 6

pointsBelow 7 days (6 points), between 7 and 12 days (4 points), between 13 and 18 (2 points).

IMPORTANT NOTE: All bids supporting documents submitted must be true and correct. Submission of false information will lead to disqualification from this tender.Bidders who succeed at this technical stage will pass to the last stage of financial assessment. Technical scores by insurer: Minimum qualifying scores: 70 %.

Bidders must submit separately their Technical and Financial proposals.

2 Method of Selection: QCBS: Quality-Cost Based Selection

All Premium Quotes and Prices must be in Rwanda Francs (RWF)

2.5

Evaluation will be done for the entire tender. Bidders are requested to

State Premiums quoted or Rates where applicable.

Award of Contract

3.1

The bidders who will have succeeded at this technical stage will pass to the last stage of financial assessment. Technical scores by insurer: Minimum qualifying scores: 70 %.

Only bidders who satisfy the technical criteria will be considered.

The formula for determining the financial scores is the following:

Page 21: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 20 of 94

Sf= 100xFm/F, in which Sf is the financial score, Fm is the lowest Premium or Rate and F the Current Premium on the Policy under consideration.

The minimum percentage by which current premium cost are targeted for reduction is: 30%

4 Interest & Sum Insured: Registration, Make & Type: as per schedule.

Sum Insured: as per schedule (Rwf.)

Bidders are invited to bid for the line of business they are licensed to write.

Values at Risk and Limits of potential Liability are obtainable from the Client

Item N°

Line of Business and Insurance Cover required

Sum Insured Value (Rwf)

Guarantee

Lot A123

4

5

6

7

8

9

LOT B

Lot C

GENERAL INSURANCEFire & Allied perilsConsequential loss - fireBurglary & housebreaking

Plant All Risks and Machinery breakdown

Computer All Risks and Electronic & Electrical EquipmentsPublic liability

Good in Transit

Fidelity guarantee

Sabotage & terrorism

MOTOR FLEETINSURANCE

GROUP LIFE ASSURANCE

As per:schedulescheduleschedule

schedule

schedule

schedule

schedule

schedule

schedule

schedule

Annual Package of

All Risks“Loss of Profit / Salaries and Wages / Auditors Fees”

All Office Contents including Householder/ House Owner ComprehensiveAll Risks of loss or damage to the Plant / Machinery including Breakdown down-time, maintenance and repair cost

All Risks of loss or damage to the Computers / Electronic & Electrical Equipment’s including Breakdown down-time, maintenance and repair cost

Unlimited and in line with the 3rd Party Liability laws in Rwanda

All Risks

All Management and Staff exposed (Unlimited Cover)

Full cover on all Assets and Properties of the insured

Comprehensive Cover (OMNIUM) inclusive of all additional benefits whether specifically mentioned or not.

Death (one year Gross earnings each and every staff) and Last Expense (Rwf 1m per deceased)

Page 22: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 21 of 94

RSSB Staff

5 Address for contract negotiations:

RSSBP.O BOX 250Procurement UnitCity: KIGALICountry : RWANDA

6 Duration: 1 year. Expected date for commencement of insurance cover: services will commence as soon as possible after signing of the contract Bidders are invited to submit their bids for only this indicated indivisible lot.

Page 23: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 22 of 94

Section 3. Technical Proposal - Standard Forms

[Comments in brackets [ ] provide guidance to the short-listed bidders for the preparation of their Technical Proposals; they should not appear on the Technical Proposals to be submitted.]

Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of pages recommended.

TECH-1 Technical Proposal Submission Form

TECH-2 Bidders Organization and ExperienceA Bidders OrganizationB Bidders Experience

TECH-3 Comments or Suggestions on the Terms of Reference On the Terms of Reference

TECH-4 Description of the Technical Approach, Reinsurance Methodology and Work Plan to be followed in the provision of the services required by the client

TECH-5 Team Composition and Task Assignments

TECH-6 Curriculum Vitae (CV) for Dedicated Professional Staff

TECH-7 Work Schedule

Page 24: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 23 of 94

FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the required insurance covers for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification.

If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated in Paragraph Reference 1.11 of the Data Sheet, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.

We undertake, if our Proposal is accepted, to issue all the insurance contracts for the benefit of the client not later than the date indicated in Paragraph Reference 7.2 of the Data Sheet.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature: Name and Title of Signatory: Name of Bidding company: Address:

Page 25: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 24 of 94

FORM TECH-2 BIDDERS ORGANIZATION AND EXPERIENCE

A – Bidders Organization

[Provide here a brief (two pages) description of the background and organization of your Company/entity and each associate for this assignment.]

Page 26: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 25 of 94

B – Insurance company Experience

[Using the format below, provide information on each similar assignment for which your Organisation, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within a consortium, for providing insurance cover similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in currency: Rwanda francs or freely convertible currency]

Country:Location within country:

Duration of assignment (months):

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your Company under the contract (in currency: US$, Euro, RWF, etc…):

Start date (month/year):Completion date (month/year):

No of professional staff-months dedicated by your company in the performance of task:

Name of associated Companies, if any: Name of senior professional staff of your Company involved and functions performed (indicate most significant profiles such as Underwriting, Reinsurance or Claims management /Coordinator, Team Leader):

Narrative description of the particular insurance arrangement:

Description of actual services provided by your staff within the assignment:

Bidders Name: and Signature of representative officer

Page 27: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 26 of 94

FORM TECH-3 COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

Page 28: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 27 of 94

B - On Professional Staff to be dedicated on the assignment by the Bidding company

[Comment here on quality and competence of the professional staff to be dedicated on the assignment by the bidding company according to Paragraph Reference 1.4 of the Data Sheet.

Page 29: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 28 of 94

FORM TECH-4 DESCRIPTION OF TECHNICAL APPROACH, REINSURANCE METHODOLOGY AND WORK PLAN FOR

PERFORMING THE ASSIGNMENT

Page 30: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 29 of 94

FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS

Professional Staff

Name of Staff Bidding Company Area of Expertise Position Assigned Task Assigned

Page 31: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 30 of 94

FORM TECH-6 CURRICULUM VITAE (CV) FOR DEDICATED PROFESSIONAL STAFF

1. Position [ held by nominated staff indicated:

2. Name of Bidding Company [Insert name of bidding company]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. Education [Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate significant training since degrees under 5 - Education were obtained]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]:

From [Year]: To [Year]:

Employer:

Positions held:

A.

Page 32: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 31 of 94

11. Detailed Tasks Assigned

[List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned

[Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

Name of company to which insurance was provided Type of insurance provided :

Year:

Location:

Main cover features:

Positions held:

Activities performed:

13. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly de-scribes myself, my qualifications, and my experience. I understand that any wilful misstate-ment described herein may lead to my disqualification or dismissal, if engaged.

Date: [Name and Signature of staff member or authorized representative of the staff] Day/Month/Year

A.

Page 33: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 32 of 94

FORM TECH-7 WORK SCHEDULE

N° Activity1

1 2 3 4 5 6 7

12345

n

1 Indicate all main activities carried out in ensuring that the insurance cover was successfully provided, including types of policies issued and major exclusion and extension clauses granted, and other benchmarks such as cost effective and competitive premium rates quoted.

2 Duration of cover should be indicated in the form of a Gant chart.

Page 34: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 33 of 94

Section 4. Financial Proposal - Standard Forms

[Comments in brackets [ ] provide guidance to the shortlisted Bidder for the preparation of their Financial Proposals; they should not appear on the Financial Proposals to be submitted.]

Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided under para. 3.6 of Section 2. Such Forms are to be used whichever is the selection method indicated in para. 4 of the Letter of Invitation.

[The Appendix “Financial Negotiations - Breakdown of Premiums and Rates quoted are to be only used for financial negotiations when Quality-Based Selection, Selection Based on Qualifications, or Single-Source Selection method is adopted, according to the indications provided under para. 6.3 of Section 2.]

FIN-1 Financial Proposal Submission Form

FIN-2 Summary of Costs

B.

33

Page 35: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 34 of 94

FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM

[Location, Date]

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the respective insurance covers for [Insert title of Line of Business ] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in Paragraph Reference 1.11 of the Data Sheet.

Commissions to be paid by us to Brokers and agents relating to this Proposal and Contract execution, if we are awarded the Contract, are listed below2:

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Bidding company: Address:

1 Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN-2.2 If applicable, replace this paragraph with: “No commissions are to paid by us to agents relating to this

Proposal and Contract execution. (this relates to Insurance Broking Firms involved in the bidding process)”

B.

34

Page 36: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 35 of 94

FORM FIN-2 SUMMARY OF COSTS

Item

Costs

RWF

Total Costs of Financial Proposal 2

1 All premiums are to be paid in RWF.2 Indicate the total costs, net of local taxes, to be paid by the Client. Such total costs must coincide with the sum of the

relevant Subtotals indicated in all Forms FIN-3 provided with the Proposal.

Page 37: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 36 of 94

5. Terms of Reference

LOT A. GLOBAL POLICY (PACKAGE POLICY)

1) Fire & Allied Perils

Cover against All Risk of loss or damage caused by fire or lightning, explosion, earthquake, spontaneous combustion, subterranean fire, flood, storm, tempest, water damage following bursting or overflowing of overhead tanks, pipes of apparatus, bush fire, impact and aircraft damage, riots strikes and malicious damage; including damage to plate glass, signs and displays.

CLAUSES

85% average conditionAdjacent Building Clause

All other contents Alterations and repairs clause

Appraisement clause Architects, quantity surveyors and consulting engineers’

Automatic reinstatement of loss clauseBranded Goods

Cancellation (30 days) clauseCapital additional clause – full cover of valueContract works Cost of demolition, site clearance and erection of hoarding

Cost of re-erection clauseCross liability clause

Debris removal costs clause Designation of property clauseEarthquake ClauseExpediting expenses clauseElectrical Clause III

Explosion endorsementFire brigade ClauseImport duty clause- Internal Removal Clause- Landlord’s Clause- Lien Clause- Landlord’s fixtures and fittings- Malicious Damage- Innocent mis-description Clause- Municipal plans and scrutiny fees Clause- Parking of motor vehicles- Payment on account clause - Public Authorities Clause- Public Utilities - Reinstatement clause / replacement - Riot, strike and civil commotion

Endorsement- Special Perils endorsement- Temporary removal full value cover- Vehicle load Clause- Rent payable/ receivable- Alternative accomodation

EXCESS: Nil

2) Consequential loss- Fire

Loss of profits and/or revenue following business interruption as a result of loss or damage by an insured peril(s) under fire material damage policy

Page 38: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 37 of 94

CLAUSES:Contractors ExtensionDepartmental ClauseElectrical ClauseMortgage & lien ClausePrevention of Access Clause

- Reinstatement of loss- Replacement value- Safe and books clause- Salvage Sales Claus

EXCESS: 30 days

3) Burglary & Housebreaking

Cover against All risk of loss or damage to all insured property whilst on any of the premise as a result of theft however caused.

CLAUSES:- Reinstatement of value after loss- Safe and book Clause- Including riot, strikes and civil commotion

- Temporary removal

- First loss Memo

EXCESS: Nil

4) Plant All Risks and Machinery Breakdown

To indemnify the insured for All risks of loss or damage to the insureds plants and machinery including breadown declared and arising from any cause not specifically excluded which necessitates repair or replacement when the machine is working, at rest, being dismantled, reinstated or reassembled for cleaning, maintenance, overhaul, inspection, adjustment, relocation, movement or repair. Cover includes accidents caused by negligence, lack of skill, insufficiency or entry of foreign bodies

CLAUSES:- Automatic cover for additional items- Automatic reinstatement of loss- Automatic additions/ deletion of

machinery- Accidental damage to other machinery

from unexpected wear and tear- Cancellation notice – 30 days- Cover for plant on hire or loan- Conveyor belts & chains extension- Claims preparation.- Expediting Expense

- Extra charges for air freight- Inundation and silting up- Including PVT extension- Including damage arising out of fire- Including loss or damage as result of

burglary and/or housebreaking- Overtime, night work, work on public

holidays, express freight- Removal of debris- Special perils- Waiver of formal proposal form

EXCESS: Nil

5) Computer All Risks and Electronic & Electrical Equipment

Section 1 Material damageCover is for All risks of loss or damage to computers of all kinds including electronic and electrical equipment of every kind such as laptops, I Pads, Desk Tops, Printers, Photocopiers, Fax machines, Scanners, Servers and IT Room installations, security and metal detectors all

Page 39: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 38 of 94

belonging to the insured and allocated to insured’s staff or for which the insured is responsible or has assumed responsibility

Section 2Data media expenses for reconstruction and re recording information

Section 3Increased cost of working

CLAUSES:

Automatic additions/deletions clauseBasis of settlement: replacement cost,

Cover for theftCover for loss or damage due to riot, strike and civil commotionCover for earthquake

- Fire, lightning, explosion and all special perils

- New replacement value- for items not more than three years old

- Notice of cancellation- 30 daysAirfreight and transit risk included

Page 40: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 39 of 94

EXCESS: Nil

6) Public liability

Covers against legal liability to third parties in respect of accidental death, bodily injury and/or illness and/or loss of or damage to property incurred by the insured in the course of the Insured’s business. Including their work/business related activities in or away from the insured premises anywhere in Rwanda and or any work / business related activities in or away from the insured’s business premises

EXTENSIONS:- Bailee’s liability- Car park Extension- Contractors & Sub-Contractors Clause- Cross Liability- Defective sanitary installations- Emergency first aid treatment- Food and drink poisoning- Including works/activities in or away from insured’s business premises

EXCESS -- Loading and unloading of vehicles- Lifts, hoists and cranes,- Legal defense clause,- Machinery and plant,- Plants hired or rented,- Tenant’s liability,- EXCESS: Nil-

7) Goods in transit all risks

Indemnity against accidental loss or damage to the specified property whilst in transit by sea, road, rail or inland waterways

- Books Clause- Tarpaulin Clause- Bombardment Clause

- Prior loss/ Damage Clause- Rail and/or road risks Clause- Important Clause- Political Risks Exclusions

C.

Page 41: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 40 of 94

EXCESS: Nil

Goods being imported by Sea or Air will be notified on Single Transit (Marine / Aviation) basis.

Extension: Insurer Warrants Cover for any “Innocent non-disclosure” and such will attract normal premium upon subsequent disclosure irrespective of loss prior to disclosure

8) Fidelity Guarantee

Indemnity against loss of money, and/or stock, and/or stores as a result of fraudulent or dishonest acts by the insured’s employees

- Automatic additions/deletions of staff - Automatic reinstatement of loss- Discovery period- 12 months after

termination of employment or 12 months within lapse of policy

- Notice of cancellation 30 days- Professional Accountants Clause- Stock/Other property Clause- Extended cover for past employees- Including Computer fraud

EXCESS: Nil

9) Sabotage and Terrorism

Deliberate subversion resulting in loss of and damage/destruction to property. It also provides cover in situations of political unrest for the unlawful use of violence against persons or property of the insured. It provides cover for act or series of acts, including the use of force or violence, of any person or group(s) of persons, whether acting alone or on behalf of or in connection with any organization(s), committed for political, religious or ideological purposes including the intention to influence any government and/or to put the public in fear for such purposes. Cover is extended to include loss or damage to resulting from riots, strikes and civil commotion

Extensions:

- Criminal & Malicious act, - Rebellion, revolution, - Insurrection, - Riot, strike & civil commotion,

DEDUCTIBLE: 2% or Rwf250,000 whichever is lower

C.

Page 42: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 41 of 94

LOT B.

10)Motor fleet insurance - Comprehensive cover- Cancellation Notice – 30 days- Cross liability- Claims preparation costs- Claim settlement: 7 days partial loss and 15 days total loss,- Towing charges,- Occupants (see details)

Accidental Death: Rwf 5,000,000 Permanent Disability: Rwf 5,000,000 Medical Fees: Rwf 500,000

- Liability to passengers- Motor Contingent liability- Full repair/replacement in case of partial losses/damages including flood damage- Total loss: Insured value without depreciation.- Road and driving license clause does not apply in cases where invalidity of

licenses is caused by error or omission by the owner or driver to renew provided such invalidity does not a reasonable time period

- Use by motor repairers

DRIVERS: Anyone authorized by the insured

USE: Social, domestic and pleasure purposes and for the insured’s business

GEOGRAPHICAL AREA: Rwanda

EXCESS: Nil

LOT C. Group Life assurance

To provide compensation to RSSB staff against Death however caused, Permanent Total Disability (Annual Staff Gross Package); loss of income due to accident and/ or illness (75% of declared salary/ month upon cancellation of the work contract up to a period of 2 years, if the insured is not recovering) and Last expense1m RWF.

Number of Insured Staff: 479 employees

C.

Page 43: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 42 of 94

SCOPE OF COVER: Worldwide, 24 hours, for duty or pleasure

FREE COVER LIMIT: No limit

BENEFICIARIES: (See the staff register: ID, DOB & salary)

SPECIAL CLAUSES:- Age limit - 18 to 65 years,- Accumulation unlimited, - Automatic cover for new staff

subject to declaration each trimester,

- Automatic addition/ deletion for new or departed life insured on prorata premium.

- Burns & Disfigurement- Double Benefits,- Drugs exclusion not to apply

where drugs are administered by a medical practitioner,

- AIDS and AIDS related illnesses extension,

EXCLUSIONS

- War and related risks- Nuclear /radioactive contamination

EXCESS: NIL

INTEREST COVERED AND PREMIUM SCHEDULE

ITEM(S) COVER DESCRIPTION OF PROPERTY

SUM INSURED Rwf

EXCESS TOTAL PREMIUM (Rwf)

LOT A GLOBAL POLICY (PACKAGE POLICY)

Item 1 Fire and allied perils

Buildings (including F,F&F)

Nil

Item 2 Consequential loss - fire

Gross revenue 30 daysIncreased cost of working

Item 3 Burglary & Housebreaking

Total Declared value NilFirst Loss Sum Insured

Item 4 Plant All Risk / Machinery breakdown (Air conditioners, lift & generators)

Machinery damage NilDamage to surrounding property/ third party liabilities

Item 5 Computer All Risk / Electrical & Electronic

Material Damage NilExternal Data MediaIncreased Cost of

C.

Page 44: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 43 of 94

Equipment WorkingItem 6 Public liability Bodily injury & Material

damage/ any one event

Nil

Anyone periodItem 7 GIT all risks Various property on

open coverNil

Item 8 Fidelity Guarantee

Pecuniary losses/ any one event/ period

Nil

Item 9 Terrorism & Sabotage

loss of and damage/destruction to property

10%

LOT B Motor Fleet Fleet of vehicles NilLOT C Group Life Staff TBA

Note: Detailed list of Assets to be covered will be provided on request upon successful completion of the Technical Bid.

I. Business Interruption

Period Sum Insured (Rwf)

1st month2th month3th month4th month5th month6th month7th month8th month9th month10th month 11th month 12th month

250,000,000250,000,000200,000,000200,000,000125,000,000125,000,000100,000,000100,000,000

50,000,00050,000,00025,000,00025,000,000

TOTAL 1,500,000,000

C.

Page 45: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 44 of 94

II. RSSB - LIST OF STAFF APRIL 2012

No MATRICULE DATE OF BIRTH SALARY 1 51877 7-Oct-1976 41,422 2 51938 8-Apr-1968 41,422 3 51965 1-Jan-1977 41,422 4 52043 1-Jan-1983 41,422 5 52073 9-Jun-1982 41,422 6 51941 1-Jan-1975 46,096 7 51952 1-Jan-1962 46,096 8 51981 1-Jan-1979 46,096 9 52074 1-Jan-1986 46,096

10 51830 1-Jan-1967 47,654 11 51853 1-Jan-1978 47,654 12 51950 1-Jan-1975 50,770 13 51980 1-Jan-1977 50,901 14 51873 1-Jan-1982 53,886 15 51837 20-Jul-1969 192,858 16 51840 1-Jan-1952 192,858 17 51843 25-Dec-1972 192,858 18 51844 1-Jan-1971 192,858 19 51916 15-Jan-1972 192,858 20 51935 8-Jan-1966 192,858 21 52024 1-Jan-1977 192,858 22 52087 1-Jan-1975 192,858 23 52088 1-Jan-1970 192,858 24 52089 1-Jan-1970 192,858 25 51746 1-Jan-1960 326,572 26 51819 30-Dec-1979 326,572 27 51831 13-Jun-1965 326,572 28 51851 24-Nov-1982 326,572 29 51861 1-Jan-1973 326,572 30 51863 17-Dec-1975 326,572 31 51864 20-Dec-1979 326,572 32 51867 15-Sep-1981 326,572 33 51869 1-Jan-1980 326,572 34 51874 14-Jun-1983 326,572 35 51886 1-Jan-1971 326,572 36 51900 18-Mar-1978 326,572 37 51903 17-Jul-1981 326,572

C.

Page 46: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 45 of 94

No MATRICULE DATE OF BIRTH SALARY 38 51912 25-Dec-1980 326,572 39 51914 1-Jan-1978 326,572 40 51918 1-Jan-1959 326,572 41 51926 1-Jan-1955 326,572 42 51929 20-Oct-1978 326,572 43 51930 25-Dec-1982 326,572 44 51936 1-Feb-1981 326,572 45 51994 7-Mar-1953 326,572 46 52001 1-Jan-1960 326,572 47 52002 15-Aug-1982 326,572 48 52004 26-Jun-1976 326,572 49 52015 15-Dec-1983 326,572 50 52019 1-Jan-1972 326,572 51 52020 3-Mar-1979 326,572 52 52029 1-Jan-1980 326,572 53 52034 12-Dec-1979 326,572 54 52042 10-Dec-1975 326,572 55 52056 1-Jan-1980 326,572 56 52057 26-Jun-1982 326,572 57 52063 3-Oct-1978 326,572 58 52064 1-Jan-1982 326,572 59 52066 14-Apr-1974 326,572 60 52067 1-Jan-1978 326,572 61 51855 25-Aug-1977 326,572 62 51893 1-Jan-1969 326,572 63 51946 1-Jan-1978 326,572 64 51984 6-Jul-1981 326,572 65 52033 14-Jul-1978 326,572 66 51945 13-Oct-1973 326,572 67 51962 13-Apr-1970 326,572 68 52030 5-Dec-1977 326,572 69 52032 21-Jan-1983 326,572 70 52036 15-Feb-1987 326,572 71 52047 25-Dec-1983 326,572 72 52070 20-May-1981 326,572 73 51969 25-Nov-1977 326,572 74 52018 1-Jan-1983 326,572 75 52028 17-May-1960 326,572 76 51989 20-Nov-1985 326,572 77 52022 1-Jan-1972 326,572

No MATRICULE DATE OF BIRTH SALARY 78 52050 25-Aug-1983 326,572

C.

Page 47: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 46 of 94

79 52068 1-Jan-1972 326,572 80 52031 20-Dec-1975 326,572 81 52049 1-Jan-1964 326,572 82 52065 1-Jan-1977 326,572 83 51879 24-Apr-1981 326,572 84 51883 1-Jan-1974 326,572 85 51982 26-Mar-1978 326,572 86 51993 1-Jan-1970 326,572 87 52003 1-Jan-1973 326,572 88 52035 5-Sep-1983 326,572 89 52048 9-Jan-1982 326,572 90 51881 27-Jun-1971 326,572 91 51904 30-Nov-1982 326,572 92 51998 6-Dec-1982 326,572 93 52027 1-Jan-1976 326,572 94 51888 2-Oct-1978 326,572 95 51928 6-Oct-1980 326,572 96 52046 15-Jul-1981 326,572 97 52054 29-Jul-1973 326,572 98 51983 12-Jul-1971 326,572 99 51884 17-Oct-1957 326,572 10

0 51826 1-Jan-1978 326,572 10

1 51858 15-May-1985 326,572 10

2 51865 27-Nov-1978 326,572 10

3 51880 8-Aug-1969 326,572 10

4 51890 1-Jan-1956 326,572 10

5 51895 27-Jul-1968 326,572 10

6 51920 28-Jun-1976 326,572 10

7 51934 1-Jan-1957 326,572 10

8 52005 16-Jul-1968 326,572 10

9 52007 28-Jan-1979 326,572 11

0 52016 28-May-1983 326,572 11

1 52053 1-Jan-1976 326,572

C.

Page 48: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 47 of 94

112 51927 28-Jul-1975 326,572

113 52062 31-Oct-1969 326,572

114 52069 1-Jan-1978 326,572

115 51944 29-Sep-1976 326,572

116 51850 15-Jan-1980 326,572

117 51856 1-Jan-1967 326,572

No MATRICULE DATE OF BIRTH SALARY 11

852010 1-Jan-1968 326,572

119 51859 4-Apr-1986 326,572

120 52017 1-Jan-1971 326,572

121 51885 11-Jan-1952 326,572

122 51997 1-Oct-1979 326,572

123 51906 16-Aug-1982 326,572

124 52052 1-Jan-1974 326,572

125 52061 25-Apr-1983 326,572

126 52060 24-Mar-1977 326,572

127 51892 24-Jan-1982 326,572

128 51899 6-Jan-1974 326,572

129 51971 28-Dec-1959 326,572

130 52051 30-Jan-1982 326,572

131 51887 24-Dec-1968 326,572

132 51871 2-Jan-1964 326,572

133 51995 23-Sep-1984 326,572

134 51818 15-Oct-1977 424,286

C.

Page 49: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 48 of 94

135 51923 8-Oct-1968 424,286

136 52075 9-Dec-1982 424,286

137 52078 14-Apr-1988 424,286

138 51894 7-Feb-1972 509,786

139 52006 28-Dec-1982 509,786

140 52055 27-Jul-1978 326,572

141 51820 27-Jul-1979 424,286

142 51658 27-Jan-1980 733,500

143 51683 16-Dec-1979 733,500

144 51684 1-Jan-1978 733,500

145 51745 21-Oct-1983 733,500

146 51763 1-Jan-1981 733,500

147 50383 24-Oct-1961 733,500

148 50573 1-Jan-1959 733,500

149 50872 29-Mar-1967 733,500

150 51173 10-May-1964 733,500

151 51190 1-Jan-1972 733,500

152 51286 31-Dec-1962 733,500

153 51307 17-Oct-1964 733,500

154 51320 1-Oct-1967 733,500

155 51321 1-Jul-1973 733,500

156 51327 1-Jan-1969 733,500

157 51328 16-Nov-1973 733,500

No MATRICULE DATE OF BIRTH SALARY

C.

Page 50: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 49 of 94

158 51425 3-Dec-1958 733,500

159 51432 2-Mar-1967 733,500

160 51440 4-Nov-1971 733,500

161 51442 1-Jan-1971 733,500

162 51490 1-Jan-1959 733,500

163 51568 15-Dec-1974 733,500

164 51571 6-Mar-1981 733,500

165 51572 1-Jan-1983 733,500

166 51576 3-May-1982 733,500

167 51579 30-Sep-1967 733,500

168 51581 1-Jan-1980 733,500

169 51582 29-Jul-1980 733,500

170 51583 10-Jun-1973 733,500

171 51584 1-Jan-1982 733,500

172 51586 25-Dec-1971 733,500

173 51589 22-Oct-1978 733,500

174 51591 1-Jan-1979 733,500

175 51592 1-Jan-1974 733,500

176 51593 25-May-1982 733,500

177 51594 1-Jan-1975 733,500

178 51595 10-Jan-1978 733,500

179 51598 24-Aug-1976 733,500

180 51601 1-Jan-1980 733,500

18 51602 1-Jan-1977 733,500

C.

Page 51: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 50 of 94

118

2 51603 1-Jan-1980 733,500 18

3 51604 1-Jan-1979 733,500 18

4 51605 1-Jan-1973 733,500 18

5 51608 1-Jan-1981 733,500 18

6 51609 1-Jan-1979 733,500 18

7 51611 19-Sep-1966 733,500 18

8 51612 1-Jan-1982 733,500 18

9 51614 1-Jan-1977 733,500 19

0 51617 1-Jan-1977 733,500 19

1 51619 1-Jan-1983 733,500 19

2 51621 18-Oct-1982 733,500 19

3 51623 1-Jan-1981 733,500 19

4 51626 1-Jan-1968 733,500 19

5 51627 4-Mar-1980 733,500 19

6 51629 12-Oct-1980 733,500 19

7 51630 3-Dec-1979 733,500 No MATRICULE DATE OF BIRTH SALARY 19

8 51631 1-Jan-1978 733,500 19

9 51632 1-Jan-1981 733,500 20

0 51633 2-Aug-1973 733,500 20

1 51636 3-Nov-1978 733,500 20

2 51638 5-Feb-1972 733,500 20

3 51640 1-Jan-1978 733,500 20 51642 1-Jan-1974 733,500

C.

Page 52: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 51 of 94

420

5 51646 1-Jan-1975 733,500 20

6 51648 12-Oct-1976 733,500 20

7 51652 4-Jan-1982 733,500 20

8 51653 26-Sep-1979 733,500 20

9 51654 9-Mar-1976 733,500 21

0 51657 25-Jul-1976 733,500 21

1 51660 25-Jul-1972 733,500 21

2 51664 10-Jan-1974 733,500 21

3 51669 15-Nov-1976 733,500 21

4 51671 1-Jan-1975 733,500 21

5 51672 1-Jan-1979 733,500 21

6 51676 7-Jun-1964 733,500 21

7 51682 1-Jan-1981 733,500 21

8 51687 25-Jun-1979 733,500 21

9 51689 26-May-1981 733,500 22

0 51691 3-Aug-1977 733,500 22

1 51694 1-Jan-1962 733,500 22

2 51695 3-Jan-1979 733,500 22

3 51696 1-Jan-1979 733,500 22

4 51698 23-Apr-1974 733,500 22

5 51699 1-Jan-1961 733,500 22

6 51700 30-Jun-1980 733,500 22

7 51705 1-Aug-1982 733,500

C.

Page 53: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 52 of 94

228 51707 30-Dec-1973 733,500

229 51713 1-Jan-1976 733,500

230 51721 25-Jul-1980 733,500

231 51722 5-Sep-1970 733,500

232 51724 1-Jan-1980 733,500

233 51739 13-Nov-1977 733,500

234 51740 28-Sep-1962 733,500

235 51741 16-Apr-1977 733,500

236 51742 11-Sep-1981 733,500

237 51744 9-May-1984 733,500

No MATRICULE DATE OF BIRTH SALARY 23

8 51749 1-Jan-1981 733,500 23

9 51751 4-Apr-1979 733,500 24

0 51752 1-Jan-1980 733,500 24

1 51756 16-Mar-1977 733,500 24

2 51757 1-Jan-1981 733,500 24

3 51758 21-Mar-1978 733,500 24

4 51759 1-Jan-1978 733,500 24

5 51761 1-Jan-1976 733,500 24

6 51762 1-Jan-1982 733,500 24

7 51764 1-Jan-1978 733,500 24

8 51767 1-Jan-1975 733,500 24

9 51768 1-Jan-1976 733,500 25

0 51775 25-May-1982 733,500

C.

Page 54: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 53 of 94

251 51777 23-Mar-1980 733,500

252 51778 12-Jan-1979 733,500

253 51779 1-Aug-1980 733,500

254 51781 1-Jan-1976 733,500

255 51782 25-Nov-1983 733,500

256 51783 8-Jan-1978 733,500

257 51784 4-Jul-1982 733,500

258 51786 5-Jan-1982 733,500

259 51787 7-Jul-1977 733,500

260 51788 13-Feb-1985 733,500

261 51789 29-Dec-1979 733,500

262 51790 15-Jun-1981 733,500

263 51791 15-Aug-1979 733,500

264 51792 1-Jan-1978 733,500

265 51793 18-Jun-1982 733,500

266 51794 25-Jan-1980 733,500

267 51795 1-Jan-1965 733,500

268 51796 24-Nov-1980 733,500

269 51797 1-May-1982 733,500

270 51798 1-Jan-1983 733,500

271 51799 12-Oct-1979 733,500

272 51801 25-Dec-1981 733,500

273 51802 28-Mar-1982 733,500

27 51804 24-Oct-1978 733,500

C.

Page 55: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 54 of 94

427

5 51805 11-Nov-1985 733,500 27

6 51806 14-May-1985 733,500 27

7 51807 26-Sep-1976 733,500 No MATRICULE DATE OF BIRTH SALARY 27

8 51815 1-Jun-1986 733,500 27

9 51816 1-Jan-1983 733,500 28

0 51817 7-Jul-1981 733,500 28

1 51823 25-Sep-1976 733,500 28

2 51825 5-Mar-1984 733,500 28

3 51827 24-Oct-1966 733,500 28

4 51829 8-Sep-1963 733,500 28

5 51834 21-May-1975 733,500 28

6 51835 17-Apr-1974 733,500 28

7 51838 31-Jan-1960 733,500 28

8 51845 3-Jan-1979 733,500 28

9 51846 23-Apr-1978 733,500 29

0 51847 31-Jul-1977 733,500 29

1 51849 5-Apr-1970 733,500 29

2 51852 2-Feb-1981 733,500 29

3 51854 5-Jun-1970 733,500 29

4 51857 24-Jul-1975 733,500 29

5 51866 24-Dec-1979 733,500 29

6 51868 25-Sep-1977 733,500 29 51870 10-Dec-1948 733,500

C.

Page 56: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 55 of 94

729

8 51875 10-Dec-1973 733,500 29

9 51876 29-Sep-1979 733,500 30

0 51882 1-Jan-1966 733,500 30

1 51889 9-Jan-1972 733,500 30

2 51891 3-May-1974 733,500 30

3 51896 14-Dec-1971 733,500 30

4 51897 26-Oct-1975 733,500 30

5 51901 1-Mar-1980 733,500 30

6 51902 19-Oct-1976 733,500 30

7 51905 28-Oct-1971 733,500 30

8 51908 7-Dec-1974 733,500 30

9 51909 25-Sep-1974 733,500 31

0 51910 3-Dec-1972 733,500 31

1 51911 24-Dec-1971 733,500 31

2 51913 14-Jun-1969 733,500 31

3 51919 18-Oct-1965 733,500 31

4 51921 1-Jan-1969 733,500 31

5 51922 1-Jan-1966 733,500 31

6 51931 3-Feb-1976 733,500 31

7 51933 24-May-1974 733,500 No MATRICULE DATE OF BIRTH SALARY 31

8 51939 3-Mar-1973 733,500 31

9 51940 12-Aug-1959 733,500 32 51943 4-Dec-1981 733,500

C.

Page 57: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 56 of 94

032

1 51951 15-Apr-1973 733,500 32

2 51955 26-Dec-1969 733,500 32

3 51958 28-Jul-1978 733,500 32

4 51959 26-Nov-1974 733,500 32

5 51960 1-Jan-1975 733,500 32

6 51961 12-Oct-1978 733,500 32

7 51967 15-Jul-1971 733,500 32

8 51968 1-Jan-1965 733,500 32

9 51973 26-Nov-1967 733,500 33

0 51975 28-Sep-1962 733,500 33

1 51976 7-Dec-1967 733,500 33

2 51977 1-Jan-1967 733,500 33

3 51978 14-Dec-1973 733,500 33

4 51979 16-Apr-1978 733,500 33

5 51985 1-Jun-1971 733,500 33

6 51986 23-Dec-1968 733,500 33

7 51987 8-Dec-1977 733,500 33

8 51988 26-Nov-1975 733,500 33

9 51990 25-May-1973 733,500 34

0 51992 25-Jul-1973 733,500 34

1 51999 15-Feb-1972 733,500 34

2 52000 16-Mar-1979 733,500 34

3 52008 3-Oct-1976 733,500

C.

Page 58: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 57 of 94

344 52009 6-Dec-1975 733,500

345 52011 1-Jan-1967 733,500

346 52014 1-Jan-1982 733,500

347 52021 1-Jan-1981 733,500

348 52023 24-Sep-1983 733,500

349 52025 8-Dec-1979 733,500

350 52037 29-Aug-1982 733,500

351 52038 19-Jun-1976 733,500

352 52041 18-Sep-1973 733,500

353 52045 1-Jan-1981 733,500

354 52058 12-Oct-1979 733,500

355 52076 7-Jan-1982 733,500

356 52083 27-May-1979 733,500

357 52084 28-Nov-1978 733,500

No MATRICULE DATE OF BIRTH SALARY 35

8 52086 7-May-1983 733,500 35

9 52091 5-Apr-1982 733,500 36

0 51560 16-Dec-1979 734,144 36

1 51991 27-Apr-1956 734,144 36

2 52012 5-Jan-1975 745,439 36

3 51833 6-Oct-1972 754,400 36

4 51924 22-Feb-1985 754,400 36

5 51271 18-Dec-1965 763,714 36

6 51954 1-Jan-1971 769,317

C.

Page 59: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 58 of 94

367 52072 1-Feb-1984 769,317

368 52081 11-Jan-1984 769,317

369 52085 20-Sep-1983 769,317

370 51748 1-Jan-1980 785,739

371 51836 2-Feb-1981 785,739

372 51942 24-Feb-1979 817,073

373 52082 13-Sep-1976 821,855

374 52044 11-Feb-1980 829,012

375 51215 12-Dec-1972 844,072

376 51269 1-Jan-1970 844,072

377 51302 18-Nov-1972 844,072

378 51541 1-Jan-1973 844,072

379 51544 20-May-1969 844,072

380 51565 1-Jan-1980 844,072

381 51569 1-Jan-1975 844,072

382 51574 27-Jul-1980 844,072

383 51578 1-Jan-1968 844,072

384 51585 1-Jan-1979 844,072

385 51588 1-Jan-1978 844,072

386 51597 1-Jan-1975 844,072

387 51600 1-Jan-1970 844,072

388 51610 16-Jun-1979 844,072

389 51613 1-Jan-1977 844,072

39 51620 8-Jan-1980 844,072

C.

Page 60: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 59 of 94

039

1 51625 1-Jan-1978 844,072 39

2 51637 19-Apr-1979 844,072 39

3 51650 5-Feb-1981 844,072 39

4 51688 12-Dec-1979 844,072 39

5 51690 27-Nov-1972 844,072 39

6 51714 1-Jan-1973 844,072 39

7 51716 14-Jun-1977 844,072 No MATRICULE DATE OF BIRTH SALARY 39

8 51753 1-Jan-1976 844,072 39

9 51785 18-Aug-1978 844,072 40

0 51828 7-Dec-1979 844,072 40

1 51848 3-Dec-1959 844,072 40

2 51963 1-Jan-1964 844,072 40

3 52013 1-Jan-1974 844,072 40

4 51809 11-Jan-1985 875,881 40

5 51996 23-Nov-1966 882,754 40

6 50927 1-Jan-1958 884,450 40

7 51427 22-Jun-1953 884,450 40

8 51540 12-Dec-1977 884,450 40

9 51547 25-Mar-1974 884,450 41

0 51615 13-Jun-1977 884,450 41

1 51635 5-Jul-1974 884,450 41

2 51641 28-Oct-1981 884,450 41 51645 1-Jan-1978 884,450

C.

Page 61: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 60 of 94

341

4 51659 1-Jan-1977 884,450 41

5 51663 1-Feb-1973 884,450 41

6 51668 31-Jul-1973 884,450 41

7 51673 25-Feb-1979 884,450 41

8 51678 11-Apr-1980 884,450 41

9 51701 1-Jan-1975 884,450 42

0 51720 15-Jul-1979 884,450 42

1 51915 11-Nov-1970 884,450 42

2 51925 6-Nov-1979 884,450 42

3 51932 1-Jan-1972 884,450 42

4 51937 16-Jun-1984 884,450 42

5 51947 1-Jan-1965 884,450 42

6 51948 27-Apr-1957 884,450 42

7 51953 17-Mar-1961 884,450 42

8 52026 1-Jan-1972 884,450 42

9 52059 15-Apr-1984 884,450 43

0 52077 7-Oct-1976 884,450 43

1 51839 7-Jun-1977 906,158 43

2 51860 9-Sep-1967 936,689 43

3 51970 3-Feb-1963 936,689 43

4 51972 22-Jan-1975 936,689 43

5 51138 21-Jul-1950 844,072 43

6 51634 1-Jan-1972 957,380

C.

Page 62: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 61 of 94

437 52039 16-May-1978 957,380

No MATRICULE DATE OF BIRTH SALARY 43

8 51520 8-Apr-1970 957,381 43

9 51729 12-Apr-1983 957,381 44

0 51730 30-Jun-1980 957,381 44

1 51731 6-Dec-1982 957,381 44

2 51737 25-Apr-1982 957,381 44

3 51808 16-Feb-1984 957,381 44

4 51810 19-Sep-1984 957,381 44

5 51811 27-Jan-1982 957,381 44

6 51812 8-Feb-1983 957,381 44

7 51813 11-Dec-1981 957,381 44

8 51770 23-Feb-1974 1,009,620 44

9 51136 15-Dec-1960 1,032,009 45

0 52040 27-Sep-1950 1,032,009 45

1 51728 27-May-1978 1,067,953 45

2 51771 1-Jan-1981 1,067,953 45

3 51774 13-Jun-1981 1,067,953 45

4 51773 1-Jan-1982 1,108,330 45

5 51462 27-Jun-1979 844,072 45

6 51643 3-Aug-1981 844,072 45

7 51842 1-Jan-1965 844,072 45

8 51949 2-Feb-1975 844,072 45

9 51964 8-Oct-1973 844,072

C.

Page 63: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 62 of 94

460 51974 15-Feb-1969 844,072

461 51841 15-Jan-1977 1,067,953

462 51356 1-Jan-1955 1,221,045

463 51493 10-Feb-1968 1,221,045

464 51649 1-Jan-1979 1,221,045

465 51662 1-Jan-1979 1,221,045

466 51666 1-Jan-1978 1,221,045

467 51703 12-Feb-1982 1,221,045

468 51710 28-Jan-1974 1,221,045

469 51872 23-May-1962 1,221,045

470 51898 17-Aug-1957 1,221,045

471 51956 16-Apr-1972 1,221,045

472 51551 1-Jan-1974 844,072

473 51561 18-Aug-1975 1,490,286

474 51564 18-Jul-1976 1,490,286

475 51917 20-Dec-1976 1,490,286

476 51966 24-Nov-1971 1,490,286

477 51562 12-Jul-1971 1,639,429

No MATRICULE DATE OF BIRTH SALARY 47

8 51832 19-Oct-1940 1,639,429 47

9 51824 1-Jan-1965 1,882,329

C.

Page 64: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 63 of 94

Section 6. Standard Form of Contract

SAMPLE CONTRACT FOR SMALL CONSULTING SERVICES, LUMP-SUM PAYMENTS

CONTRACT

THIS CONTRACT (“Contract”) is entered into this [insert starting date of assignment], by and between [insert Client’s name] (“the Client”) having its principal place of business at [insert Client’s address], and [insert Consultant’s name] (“the Consultant”) having its principal office located at [insert Consultant’s address].

WHEREAS, the Client wishes to have the Consultant perform the services hereinafter referred to, and

WHEREAS, the Consultant is willing to perform these services,

NOW THEREFORE THE PARTIES hereby agree as follows:

Services

(i) The Consultant shall perform the services specified in Annex A, “Terms of Reference and Scope of Services,” which is made an integral part of this Contract (“the Services”).

(ii) The Consultant shall ensure the dedication of the personnel listed in Annex B, “Consultant’s Personnel,” to perform the Services.

(iii) The Consultant shall issue the policies to the Client in the form and within the time periods specified in Annex C, “Consultant’s Reporting Obligations.”

Term

The Consultant shall perform the Services during the period commencing [insert starting date] and continuing through [insert completion date], or any other period as may be subsequently agreed by the parties in writing.

Payment

A. Ceiling

For Services rendered pursuant to Annex A, the Client shall pay the Consultant an amount (premium for all the insurance covers enjoyed) not to exceed [insert amount]. This amount has been established based on the understanding that it includes all of the Consultant's costs and profits as well as any tax obligation that may be imposed on the Consultant.

C.

Page 65: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 64 of 94

B. Schedule of Payments

The schedule of payments is specified below:1

[insert amount and currency] upon the Client's receipt of the draft report, acceptable to the Client; and

[Insert amount and currency] upon the Client's receipt of the final report, acceptable to the Client.

[insert amount and currency] Total

C. Payment Conditions

Payment shall be made in [specify currency], no later than [specify days] following submission by the Consultant of invoices in duplicate to the Coordinator designated in paragraph 4.

Project Administration

A. Coordinator.

The Client designates Mr./Ms. [insert name] as Client's Coordinator; the Coordinator will be responsible for the coordination of activities under this Contract, for acceptance and approval of the reports and of other deliverables by the Client and for receiving and approving invoices for the payment.

B. Reports.

The reports listed in Annex C, “Consultant's Reporting Obligations,” shall be submitted in the course of the assignment, and will constitute the basis for the payments to be made under paragraph 3.

Performance Standards

The Consultant undertakes to perform the Services with the highest standards of professional and ethical competence and integrity. The Consultant shall promptly replace any employees assigned under this Contract that the Client considers unsatisfactory.

Confidentiality

The Consultants shall not, during the term of this Contract and after its expiration, disclose any proprietary or confidential information relating to the Services, this Contract or the Client's business or operations without the prior written consent of the Client.

1 Modify, in order to reflect the output required, as described in Annex C.

C.

Page 66: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 65 of 94

C.

Page 67: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 66 of 94

Ownership of Material

Any studies reports or other material, graphic, software or otherwise, prepared by the Consultant for the Client under the Contract shall belong to and remain the property of the Client. The Consultant may retain a copy of such documents and software.2

Consultant Not to be Engaged in Certain Activities

The Consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with the Consultant, shall be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.

Insurance

The Consultant will be responsible for taking out any appropriate insurance coverage.

Assignment

The Consultant shall not assign this Contract or sub-contract any portion of it without the Client's prior written consent.

11. Law Governing Contract and LanguageThe Contract shall be governed by the laws of the Government of Rwanda, and the language of the Contract shall be [insert language : English or French]

Dispute Resolution4

Any dispute arising out of the Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in accordance with the laws of the Republic of Rwanda.

FOR THE CLIENT FOR THE CONSULTANT

Signed by ___________________ Signed by ____________________

Title: ______________________ Title: ________________________

Bid Submission Form

2 2 Restrictions about the future use of these documents and software, if any, shall be specified at the end of paragraph 7.

4 4 In the case of a Contract entered into with a foreign Consultant, the following provision may be substituted for paragraph 12: “Any dispute, controversy or claim arising out of or relating to this Contract or the breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the Rwanda Arbitration Rules as at present in force.”

C.

Page 68: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 67 of 94

[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission]Tender No.: [insert number of tender notice]

Or Invitation for Bid No.: [insert No of IFB]Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda No.: ______________[insert the number and issuing date of each Addenda];

(b) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services _______________________ [insert a brief description of the Goods and Related Services];

(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: ______________________________[insert the total bid price in words and figures, indicating the various amounts and the respective currencies];

(d) The discounts offered and the methodology for their application are:

Discounts: If our bid is accepted, the following discounts shall apply._______ [Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies.]

Methodology of Application of the Discounts: The discounts shall be applied using the following method: __________ [Specify in detail the method that shall be used to apply the discounts];

(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 18.1, from the date fixed for the bid submission deadline in accordance with ITB Sub-Clause 22.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with ITB Clause 42 and GCC Clause 18 for the due performance of the Contract;

(g) We have no conflict of interest in accordance with ITB Sub-Clause 4.2;

C.

Page 69: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 68 of 94

(h) Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract—has not been declared ineligible by the RPPA, under Rwanda laws or official regulations, in accordance with ITB Sub-Clause 4.3;

(i) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(k) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.

(l) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Signed:_______________ [insert signature and stamp of person whose name and capacity are shown] In the capacity of _______ [insert legal capacity of person signing the Bid Submission Form]

Name:____________ [insert complete name of person signing the Bid Submission Form]

Duly authorized to sign the bid for and on behalf of: _____ [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

C.

Page 70: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 69 of 94

Bid Security (Bank Guarantee)

[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]

________________________________[Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: ___________________ [Name and Address of Procuring Entity]

Date: ________________

BID GUARANTEE No.: _________________

We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated (hereinafter called "the Bid") for the execution of [name of contract] under Tender Notice / Invitation for Bids No. [Tender Notice /IFB number] (“the Tender / IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we [name of Bank] hereby irrevocably undertake to immediately pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount in words]) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) Has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Procuring Entity during the period of bid validity, (i) fails or refuses to execute the Contract Form; or (ii) fails or refuses to furnish the performance security, if required, in accordance with the Instructions to Bidders; or

(c) Refuses to accept the correction of errors in its bid price in accordance with the Instructions to Bidders.

This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful bidder; or (ii) thirty (30) days after the expiration of the Bid Validity Period.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

___________ [Name, Position, signature(s) and stamp of the authorized bank official(s)]

C.

Page 71: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 70 of 94

NEW LIST OF ADMINISTRATIVE AND INVESTMENT PROPERTIES OF RSSB TO BE INSURED IN 2014-2015

1. ADMINISTRATIVE BUILDINGS

No. Description LOCATION INSURED RISK

FAIR VALUE (Rwf)

1. BUILDING RWAMAGANA

Global asset all risks insurance

35,524,000

2. BUILDING NGOMA Global asset all risks insurance

33,522,000

3. BUILDING RUSIZI Global asset all risks insurance

29,405,000

4. BUILDING GICUMBI Global asset all risks insurance

33,702,000

5. BUILDING RULINDO Global asset all risks insurance

43,550,000

6. BUILDING MUHANGA Global asset all risks insurance

33,850,000

7. BUILDING NGORORERO Global asset all risks insurance

34,839,000

8. BUILDING RUBAVU Global asset all risks insurance

30,212,000

9. BUILDING MUSANZE Global asset all risks insurance

35,467,000

10. BUILDING NYAMAGABE Global asset all risks insurance

34,457,000

11. BUILDING KARONGI Global asset all risks insurance

27,405,000

12. BUILDING HUYE Global asset all risks insurance

40,383,000

13. BUILDING GASABO Global asset all risks insurance

50,400,000

14. BUILDING NYAGATARE Global asset all risks insurance

30,983,000

15. RSSB Headquarters’ office Kiyovu Global asset all risks insurance

7,110,466,900

2. INVESTMENT PROPERTIES AND BUILDINGS

No. Description LOCATION Insured Risk FAIR VALUE (Rwf)

C.

Page 72: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 71 of 94

1. Grand Pension Plaza Nyarugenge Global asset all risks insurance

21,845,235,000

4. Rwamagana Pension Plaza Rwamagana Global asset all risks insurance

3,524,311,000

5. Nyanza Pension Plaza Nyanza Global asset all risks insurance

3,525,597,000

6. Karongi Pension Plaza Karongi Global asset all risks insurance

3,557,141,000

7. Musanze Pension Plaza Musanze Global asset all risks insurance

4,528,114,000

8. Lifts (2) of Musanze Pension Plaza

Musanze Global asset all risks insurance

183,366,000

9. 450 KVA Generator at Musanze

Musanze Global asset all risks insurance

100,000,000

10. Automatic Voltage Regulator Stero Stab at Musanze Pension Plaza.

Musanze Global asset all risks insurance

34,460,000

11. KACYIRU EXECUTIVE APARTMENT (KEA)

Gasabo Global asset all risks insurance

6,118,145,000

12. Centre Socio-Recreatif Gasabo Global asset all risks insurance

565,048,093

16. H1 Kacyiru Estate Gasabo Global asset all risks insurance

75,063,954

17. 2020 Estate Gaculiro (Type A) 37 houses

Gasabo Global asset all risks insurance

814,000,000

18. 2020 Estate Gaculiro (Type B) 43 houses

Gasabo Global asset all risks insurance

989,000,000

19. 2020 Estate Gaculiro (Type C) 21 houses

Gasabo Global asset all risks insurance

546,000,000

20. 2020 Estate Gaculiro (Type D) 21 houses

Gaculiro Global asset all risks insurance

702,000,000

23. 315KVA Transformer of Karongi

Karongi Global asset all risks insurance

56,609,600

24. 315KVA Transformer of Nyanza

Nyanza Global asset all risks insurance

56,609,600

25. 315KVA Transformer of Rwamagana

Rwamagana Global asset all risks insurance

56,609,600

26. 315KVA Transformer of Musanze

Musanze Global asset all risks insurance

56,609,600

29. Generator of KEA Gasabo Global asset all risks insurance

169,596,836

31. 450 KVA Generator at Karongi Global asset all risks 100,000,000

C.

Page 73: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 72 of 94

Karongi insurance32. 450 KVA Generator at

NyanzaNyanza Global asset all risks

insurance100,000,000

33. 450 KVA Generator at Rwamagana

Rwamagana Global asset all risks insurance

100,000,000

37. Lifts (4)of KEA Gasabo Global asset all risks insurance

198,220,000

40. Lifts (2) of Karongi Pension Plaza

Karongi Global asset all risks insurance

137,525,000

41. Lifts (2) of Nyanza Pension Plaza

Nyanza Global asset all risks insurance

137,525,000

42. Lifts (2) of Rwamagana Pension Plaza

Rwamagana Global asset all risks insurance

137,525,000

45. Automatic Voltage Regulator Stero Stab at Karongi Pension Plaza.

Karongi Global asset all risks insurance

34,460,000

46 Automatic Voltage Regulator Stero Stab at Nyanza Pension Plaza.

Nyanza Global asset all risks insurance

34,460,000

47 Automatic Voltage Regulator Stero Stab at Rwamagana Pension Plaza.

Rwamagana Global asset all risks insurance

34,460,000

48 CRYSTAL PLAZZA BUILDING

Kigali City Global asset all risks insurance

1,160,000,000

49 MUTARA SHOW ROM Kigali City Global asset all risks insurance

840,000,000

3. OTHER ELECTRICAL EQUIPMENTS

No.

Items to be insured Date of acquisition

Cost (Rwf) Quantity Total Cost (Rwf)

Proposed type of insurance.

1. Generator 18KVA 31/10/2008 9,954,527 1 9,954,527 Fire insurance-Electrical and electronic damages

2. Generator 17,6 KVA 16/06/2009 9,706,845 1 9,706,845 Fire insurance-Electrical and electronic damages

3. Transformer MTQCM1000KVA/15KV

06/05/2010 56,947,800 1 56,947,800 Fire insurance-Electrical and electronic damages

4. SWITCHGEAR 1000A 20/04/2011 15,000,000 1 15,000,000 Fire insurance

C.

Page 74: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 73 of 94

100KA -Electrical and electronic damages

5. SWITCHGEAR 1000A 225KVA

20/04/2011 27,500,000 1 27,500,000 Fire insurance-Electrical and electronic damage

6. SWITCHGEAR1000A 225KA

20/04/2011 26,000,000 1 26000,000 Fire insurance-Electrical and electronic damage

7. GENERATORS 20/04/2011 80,000,000 2 160,000,000

Fire insurance-Electrical and electronic damage

8. ELEVATORS 680KG 20/04/2011 60,000,000 4 240,000,000

Fire insurance-Electrical and electronic damage

9. UPS 30KVA 20/04/2011 10,300,000 4 41,200,000 Fire insurance-Electrical and electronic damage

10. COMPLETE AEROBIC SYSTEM SEWARAGE TREATMENT PLANT 2X1500 GPD

20/04/2011 93,000,000 2 186,000,000

Fire insurance-Electrical and electronic damage

11. DOMESTIC WATER MULTISTAGE PUMP

20/04/2011 5,500,000 2 11,000,000 Fire insurance-Electrical and electronic damage

4. IT EQUIPMENTS

No. Items to be insured Date of acquisition

Cost of acquisition per item (Rwf)

Quantity

Total Cost (Rwf)

Proposed type of insurance.

1. Photocopieuse CANON: 02/04/2009 4,840,000 1 4,840,000 Comprehensi

C.

Page 75: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 74 of 94

-CNHNB09273 ve insurance

2. Photocopieuse CANON IR 2545i:1.(21) FVA301122.(21) FVA301213. (21) FVA30117

22/11/2010 15,840,000 3 47,520,000 Comprehensive insurance

3. Photocopieuse:(21) DQL01187(21) DQL01183(21) DQL01181(21) DQL01191(21) DQL01716(21) DQL01214(21) DQL01715(21) DQL01227(21) DQL01189(21) DQL01224(21) DQL01225(21) DQL01654(21) DQL01229(21) DQL01645(21) DQL01223

22/11/2010 924,000 15 13,860,000 Comprehensive insurance

4. Printer HP Laser jet Black and White HP 2055DN:CNCKB93009CNCKB93007CNCKB93014CNCKB93004CNCKB93013CNCKB93018CNCKB93023CNCKB93020CNCKB93021CNCKB93010CNCKB92025CNCKB93022CNCKB93001CNCGB11697CNCGB11705CNCKB93003CNCKB93006CNCKB93008CNCKB93110

22/11/2010 384,000 20 7,680,000 Comprehensive insurance

C.

Page 76: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 75 of 94

CNCKB93029

5. Printer HP colour Laser Jet HPCP2025DN:

22/11/2010 677,250 2 1,354,500 Comprehensive insurance

7. Scanner jujitsu FI-60F 22/11/2010 396,000 10 3,960,000 Comprehensive insurance

9. Firewall 26/07/2010 1,020,000 1 1,020,000 Comprehensive insurance

10. Cisco 2811HQ Routeur 03/02/2010 1,201,830 1 1,201,830 Comprehensive insurance

11. Cisco Routeur 26/07/2009 700,000 14 9,800,000 Comprehensive insurance

12.Scanner frat Bod 12/04/2010

500,000 5

2,500,000

Comprehensive insurance

13. Projector and Screen Epson

25/11/2010 1,900,000

2 3,800,000

Comprehensive insurance

14 Laptops:CNU0022WDJCNU0022V2NCNU0022TF8CNU0022RNPCNU0022SLMCNU0022SC2CNU0022SMJCNU0022T1JCNU0022WFCCNU0022TX2

12/04/2010

580,000 10

5,800,000

Comprehensive insurance

15. Laptop G62 (94)

1 4CZ0200QFP 25/11/2010 580,000 94 54,520,000

2 4CZ0200QHO

C.

Page 77: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 76 of 94

3 4CZ0200Q8J

4 4CZ0221HRZ

5 4CZ0221HX3

6 4CZ0200QD5

7 4CZ0200QHV

8 4CZ0200QHC

9 4CZ0200QC5

10 4CZ0221J6H

11 4CZ0200QCX

12 4CZ0200QCJ

13 4CZ0200Q5F

14 4CZ0221J5X

15 4CZ0200QC4

16 4CZ0200QFN

17 4CZ0200QDO

18 4CZ0221JOX

19 4CZ0200QCG

20 4CZ0200QHR

21 4CZ0221J4W

22 4CZ0221HMK

23 4CZ0200QD9

24 4CZ0221QFQ

25 4CZ0221HWX

C.

Page 78: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 77 of 94

26 4CZ0200QB2

27 4CZ0200Q8L28 4CZ0221J5N

29 4CZ0200QHL30 4CZ0221HNZ31 4CZ0200QB632 4CZ0221HQN33 4CZ0200Q6S34 4CZ0221J2F35 4CZ0200Q8P36 4CZ0200QCN37 4CZ0200QH438 4CZ0221J6G39 4CZ0221HMC40 4CZ0221HPY41 4CZ0221HNH42 4CZ0200QDB43 4CZ0200QHY44 4CZ0221HQR45 4CZ0200QCM46 4CZ0221J4Q47 4CZ0221HMC48 4CZ0200QB549 4CZ0221J4550 4CZ0221HYD51 4CZ0221J2852 4CZ0221HSQ53 4CZ0200Q6254 4CZ0221JO355 4CZ0221JOF56 4CZ0200QDF57 4CZ0200QGW58 4CZ0200QC959 4CZ0200Q5860 4CZ0221J4Y61 4CZ0221HPF62 4CZ0221HN163 4CZ0221J1264 4CZ0200Q9Y65 4CZ0221CZS66 4CZ0221HWZ67 4CZ0221HWO68 4CZ0200Q98

C.

Page 79: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 78 of 94

69 4CZ0221HQB70 CNF0478VBF71 4CZ0200QC372 4CZ0221J5273 4CZ0200QD174 4CZ0221HZP75 4CZ0200QD276 4CZ0200Q6W77 4CZ0221J4B78 4CZ0221HP179 4CZ0221HT280 4CZ0221J5081 4CZ0221HXL82 4CZ0200Q9W83 4CZ0221HWW84 4CZ0200QDD85 4CZ0221J5186 4CZ0221HLG87 4CZ0221J3J88 4CZ0200QD489 4CZ0200Q7H90 4CZ0221HQ991 4CZ0200Q8X92 4CZ0200Q8Y93 CNF0478VB394 CNF0478W4C95. Laptop HP

HP G60 3CG8491WJGHP G60 3CG9144J3F3CG9125367

05/10/2009 520,000 3 1,560,000 Comprehensive insurance

5. IT AND OTHER COMMUNICATION EQUIPMENTS

S/NEQUIPMENT'S NAME

TYPE OR BRAND

SERIAL NUMBER

PRICE OF ACQUISITION (frw)

DATE OF ACQUISITION

1Conference system

BOSCH CPU 20050030

113688861 2009

COMPUTER FXDB083100682AMPLIFIER 010840850PROJECTOR 0004465RECORDERDVD READER 0018591

2Equipement de sonorisation 6763845 2009

C.

Page 80: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 79 of 94

3 Firewall CISCO PIX 515E CNM7Y3PBRA 4012350 27/11/2006

4 ROUTERS

CISCO 3810 3832506 Janvier 2008CISCO IPS 4240 SENSOR JMX1539X03J 5086000 02/11/2011CISCO IPS 4240 SENSOR JMX1539X03H 5086000 02/11/2011CISCO 2801 FCZ1410926D 796060 25/06/2010CISCO 2801

FCZ1410926Q 796060

25/06/2010

Cisco 2801FCZ14109268

796060

25/06/2010

CISCO 2801FCZ1410926A

796060

25/06/2010

CISCO 2801FCZ14109269

796060

25/06/2010

5 SERVERHP Proliand ML 530   10157945 2006

6 SERVERHP Proliant ML 570 G4 GB8729MEV7 16860000 29/8/2007

7 SERVERHP Proliant ML 570 G3 GB8637LT2M 7513986 29/8/2007

8 SERVERDELL PowerEdge 2524153 June/2009

9Queue Management System 15129500 2009

10GENERATOR (PRAMAC)

Group type GSW415V moteur VOLVO pw 378KVA. 66694555 2009

11 Onduleur 10KVA SMART UPS VT IS0802008147 3520707 200912 Onduleur 40KVA SMART UPS VT PS0809340491 16095703 200913 Onduleur 40KVA APC Silcon   19190884 November/200614 Photocopying CANON IR2020 KRP11604 2000000 November/200615 Photocopying CANON IR2020 KRP11534 2000000 November/200616 Photocopying CANON IR2020 kRP07019 2000000 November/200617 Photocopying CANON IR2020 Krp11617 2000000 November/2006

18 PhotocopyingKYOCERA KM-4035 AJL3035979 3803625 2005

19

Centrale telephoniqueOMNI PCX (Main and expansion)

BAN00830399256122996701

  2009 BAN00830399257

6. IT EQUIPMENT BOUGHT IN 2010

S/N Equipment’s Type Quantity Rate(RWF) Total(RWF) Acquisition Date

C.

Page 81: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 80 of 94

Name1. SWITCHES CISCO catalyst

2960 48 port34 912.485 31.024.490 25/06/2010

CISCO catalyst 2960 24 port

48 482.610 23.165.280 25/06/2010

CISCO catalyst 2960 8 port

14 303.500 4.249.000 25/06/2010

NetApp BSWITCH-300-R5

1 8.902.110 8.902.110 25/06/2010

7. LAPTOP HP PROBOOK 4530S

S/N Equipment’s name

Serial Number Date of Acquisition

Price of Acquisition(frw)

1 Laptop HP ProBook 4530s

CNU1292UD8 11/10/2011 355.0002 CNU1292Y7L 355.0003 CNU1292QX4 355.0004 CNU1292STZ 355.0005 CNU1292MBP 355.0006 CNU1292S46 355.0007 CNU1292ZWB 355.0008 CNU1292M1S 355.0009 CNU1292QQ3 355.00010 CNU1292T6J 355.00011 CNU1292ZL9 355.00012 CNU1292FPZ 355.00013 CNU1292RD9 355.00014 CNU1292LVQ 355.00015 CNU1292KZY 355.00016 CNU1292X64 355.00017 CNU1294W94 355.00018 CNU1292YFX 355.00019 CNU1292LSR 355.00020 CNU1292NPQ 355.00021 CNU1292M61 355.00022 CNU1294DRG 355.00023 CNU129429F 355.00024 CNU1292R6F 355.00025 CNU1292PNS 355.00026 CNU1292W1T 355.00027 CNU1292RNF 355.00028 CNU1292Y8V 355.00029 CNU1292RL9 355.00030 CNU1292QYS 355.00031 CNU1292SFC 355.000

C.

Page 82: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 81 of 94

32 CNU1292TZ4 355.00033 CNU1292S8H 355.00034 CNU1292SGX 355.00035 CNU128413K 355.00036 CNU1292T6L 355.00037 CNU1292SM3 355.00038 CNU1292QHQ 355.00039 CNU1292Z0B 355.00040 CNU1292TB3 355.00041 CNU1292T3J 355.00042 CNU1294WN6 355.00043 CNU1292M9G 355.00044 CNU1292MY9 355.00045 CNU1292W9T 355.00046 CNU1292HPW 355.00047 CNU1292HP4 355.00048 CNU1292HJT 355.00049 CNU1292F9R 355.00050 CNU1292YFS 355.00051 CNU1292QLD 355.000TOTAL AMOUNT 18,105,000

8. STORAGE

S/N Equipment’s name Serial Number

Price of Acquisition(frw)

Date of Acquisition

1. NetApp FAS 2020A –R5 500000096324 19.009.380 28/09/20102. NetApp FAS 2020A –R5 500000034780 11.164.235 28/09/2010

9. Photocopy machines

No Model Serial number Date of acquisition

Price of acquisition

1. Canon IR 1018J THS11415 14/04/2008 715.000 2. Canon IR 1018J THS11395 14/04/2008 715.000 3. Canon IR 1018J THW36446 14/04/2008 715.000 4. Canon IR 1018J THS11383 14/04/2008 715.000 5. Canon IR 1018J THW32806 14/04/2008 715.000 6. Canon IR 1018J THS11387 14/04/2008 715.000 7. Canon IR 1018J THW32802 14/04/2008 715.000 8. Canon IR 1018J THW30810 14/04/2008 715.000 9. Canon IR 1018J THW36449 14/04/2008 715.000 10. Canon IR 1018J THS11341 14/04/2008 715.000 11. Canon IR 1018J THW32929 14/04/2008 715.000 12. Canon IR 1018J THW26444 14/04/2008 715.000

C.

Page 83: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 82 of 94

13. Canon IR 1018J THW32804 14/04/2008 715.000 14. Canon IR 1018J THS11416 14/04/2008 715.000 15. Canon IR 1018J THW34352 14/04/2008 715.000 16. Canon IR 1018J THW35449 14/04/2008 715.000 17. Canon IR 1018J THS11407 14/04/2008 715.000 18. Canon IR 1018J THW32931 14/04/2008 715.000 19. Canon IR 1018J THW35450 14/04/2008 715.000 20. Canon IR 1018J THW32933 14/04/2008 715.000 21. Canon IR 1018J THW32932 14/04/2008 715.000 22. Canon IR 1018J THW35439 14/04/2008 715.000 23. Canon IR 1018J THW32809 14/04/2008 715.000 24. Canon IR 1018J THW32808 14/04/2008 715.000 25. Canon IR 1018J THW35447 14/04/2008 715.000 26. Canon IR 1018J THW35448 14/04/2008 715.000 27. Canon IR 1018J THW34318 14/04/2008 715.000 28. Canon IR 1018J THW36438 14/04/2008 715.000 29. Canon IR 1018J THW35429 14/04/2008 715.000 30. Canon IR 1018J THS11346 14/04/2008 715.000 31.

Canon IR 2520

33070178

24/06/2011

1.888.00032. 33070179 1.888.00033. 33070180 1.888.00034. 33070181 1.888.00035. 33070182 1.888.00036. 33070183 1.888.000

10. RSSB LAPTOPS HELD BY STAFF

No SERIAL No No SERIAL No No SERIAL No No SERIAL No

12CE24104RK 40 2CE24104S8 79 2CE24104S7

118

2CE24104WH

2 2CE24104R4 412CE2410VWR 80

2CE24104WK

119

2CE24104WJ

3 422CE2410VW8 81 2CE24104R9

120

2CE24104WT

42CE2411GV8 43

2CE2411GWV 82

2CE24104VQ

121

2CE2340JW9

5 2CE2411GT7 44 2CE2400B80 832CE2411GSX

122

2CE24104RD

62CE2411GTW 45 2CE24104R6 84

2CE24104WN

123

2CE2340JW7

72CE2410VWB 46

2CE24104WR 85

2CE2411GTL

124

2CE2411GVD

8 2CE2340JYB 47 2CE24104W 86 2CE24104VZ 12 2CE2411GV

C.

Page 84: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 83 of 94

C 5 6

92CE2410VX5 48

2CE24104W8 87 2CE24104TC

126

2CE2340JXG

102CE2411GTX 49 2CE24104SG 88 2CE24104Wl

127

2CE24104SW

112CE24104VG 50

2CE24104VT 89

2CE2411GV4

128

2CE24104W7

12 2CE24104SX 512CE2410VY4 90

2CE24104WG

129

2CE2411GW4

13 2CE24104TQ 522CE2410VX3 91

2CE2410VZO

130

2CE2410VYS

14 2CE2340JXN 53 2CE24104VL 92 CE2400BP5131

2CE2411GVK

152CE2410VX8 54

2CE2410VX7 93

2CE2411GSZ

132

2CE24104VR

162CE24104W9 55

2CE2410VX1 94

2CE2411GWO

133

2CE2411GSY

172CE24314QN 56

2CE2411GWX 95

2CE2400BK5

134 2CE2400BCJ

18 2CE24104ST 57 2CE2411GT9 96 2CE2411GT3135 2CE2400B92

192CE2411GW6 58

2CE24104WD 97 2CE2340JY5

136

2CE24104VS

202CE2411GM4 59

2CE2411GVM 98 2CE24104R6

137

2CE2411GTP

212CE2411GTZ 60

2CE2411GTS 99 2CE24104TR

138

2CE2410VXT

222CE2411GVZ 61

2CE2411GVF

100

2CE2411GW9

139 2CE24104V2

232CE2411GV9 62

2CE24104VK

101 2CE24104T3

140 2CE24104R2

242CE24104W2 63

2CE24104VB

102 2CE24104SP

141 2CE24104RJ

252CE24104RY 64

2CE2410VYW

103 2CE2340JT5

142

2CE2411GWW

26 2CE24104T4 652CE24104RM

104 2CE2400B2Z

143 2CE24104S6

272CE2410VYY 66

2CE2411GWG

105

2CE2411GLG

144 2CE24314PL

282CE2411GW1 67

2CE2411GV5

106

2CE2410VYP

145

2CE2410VWF

29 2CE2411GP4 682CE2410VXO

107

2CE2411GV7

146 2CE24104TL

302CE2411GWM 69

2CE24104SM

108

2CE2410VX6

147

2CE2411GV1

31 2CE24314PK 70 2CE24104V 10 2CE24104VP 14 2CE24104RS

C.

Page 85: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 84 of 94

C 9 8

32 2CE24104S3 71 2CE2340JSS110

2CE24104VY

149

2CE24104TO

332CE24104VX 72

2CE2411GV2

111

2CE2411GLZ

150

2CE2410VYC

342CE2410VYG 73

112

2CE2411GTG

151

2CE2411GM1

352CE2411GTQ 74 2CE2411GTI

113

2CE2411GVL

152

2CE2410VWK

362CE24104TW 75 2CE24104TN

114

2CE24104RH

153

2CE2340JYX

372CE24104WV 76

2CE2411GV3

115

2CE2340JWL

154

2CE2411GM2

38 2CE24104R7 772CE2400BQO

116 2CE24104TV

155

2CE2410VX9

392CE2411GWP 78 2CE2340JXZ

117 2CE24104SC

156

CNU2221KJN

173

CNU2221KL9

190

CNU2221KK5

207

CNU2200R88

157

CNU2221KLG

174

CNU2221KGZ

191

CNU2221KJD

208

CNU2221KLL

158

CNU2221KJK

175

CNU2221KFT

192

CNU2221KK1

209

159

CNU2221KP3

176

CNU2221KF4

193

CNU2221KGG

210

CNU2221KLN

160

CNU2221KGK

177

CNU2221KJ5

194

CNU2221KHF

211

CNU2221KL1

161

CNU2221KFM

178

CNU2221KKR

195

CNU2221KLJ

212

CNU2221KFW

162

CNU2221KFP

179

CNU2221KKV

196

CNU2221KL8

213

CNU2221KGP

163

CNU2221KHB

180

CNU2221KKW

197

CNU2221KK0

214

CNU2221KGF

164

CNU2221KP4

181

CNU2221KL0

198

CNU2221KHX

215

CNU2221KHP

165

CNU2221KFY

182

CNU2221KKF

199

CNU2221KKY

216

CNU2221KFL

166

CNU2221KF8

183

CNU2221KHR

200

CNU2221KHL

217

CNU2221KJT

167

CNU2221KJR

184

CNU2221KLR

201

CNU2221KL3

218

CNU2221KGB

168

CNU2221KHJ

185

CNU2200RKX

202

CNU2221KFC

219

CNU2221KM8

169

CNU2221KM1

186

CNU2221KPF

203

CNU2221KHZ

220

CNU2221KK4

17 CNU2221KN 18 CNU2221KL 20 CNU2221KG 22 CNU2221KF

C.

Page 86: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 85 of 94

0 W 7 4 4 8 1 F171

CNU2221KJV

188

CNU2221KLQ

205

CNU2221KLZ

222

CNU2221KH7

172

CNU2221KKL

189

CNU2221KJ9

206

CNU2221KHW

223

CNU2221KKC

224 2CE2242BDL

246 2CE2242BFD

233 2CE2242BDK

225 2CE2242BG1

247 2CE2242BCZ

245 2CE2242BGR

226 2CE2242BDW

248 2CE2242BF5

227 2CE2242BH8

249 2CE2242BDJ

228 2CE2242BCP

250 2CE2242BHD

229 2CE2242BH2

251 2CE2242BD7

230 2CE2242BC8

252 2CE2242BCX

231 2CE2242BDY

253 2CE2242BGH

232 2CE2242BF9

254 2CE2242BD8

234 2CE2242BFP

256 2CE2242BC9

235 2CE2242BD0

257 2CE2242BF8

236 2CE2242BC2

258 2CE2242BBS

237 2CE2242BDZ

259 2CE2242BG0

238 2CE2242BBQ

260 2CE2242BC1

239 2CE2242BC2

261 2CE2242BDN

240 2CE2242BFH

262 2CE2242BDD

241 2CE2242BCJ

263 2CE2242BD1

242 2CE2242BDF

264 2CE2242BD2

243 2CE2242BHB

265 2CE2242BCR

244 2CE2242BCN

266 2CE2242BCB

C.

Page 87: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 86 of 94

TOTAL AMOUNT 131,237,000

NB: Those said lap tops have Acquisition Cost of Rwf 499,000 and the total number of Laptops for this part 10 is 263.

11.RSSB MOTOR INSURANCE 2014 -2015

No Make & Type Reg. No Chassis No Y.O.M Nber Occ.

Value

1YAMAHA AG-100 MOTO

GRM989A 3HA097675 2001 2 1 395 000

2YAMAHA AG-100 MOTO

GRM541B 3HA097564 2001 2 1 395 000

3YAMAHA AG-100 MOTO

GRM726B 3HA116784 2001 2 1 395 000

4YAMAHA AG-100 MOTO

GRM727B JYA3HA00000116677 2004 2 1 180 000

5YAMAHA AG-100 MOTO

GRM728B JYA3HA00000116680 2004 2 2 480 000

6YAMAHA AG-100 MOTO

GRM729B 3HA116781 2004 2 2 480 000

7YAMAHA AG-100 MOTO

GRM730B 3HA116786 2004 2 2 480 000

8FORD RANGER ROVER D/C GR627C MNCBSFE806W527038 2006 5 18 957 957

9FORD RANGER ROVER D/C GR628C MNCBSFE806W526748 2006 5 18 957 957

10FORD RANGER ROVER D/C GR629C MNCBSFE806W527076 2006 5 18 957 957

11NISSAN HARD BODY GR631C ADNCJ970000E000282 2007 5 16 083 000

12TOYOTA HILUX D/C GR072D AHTFR22G906041717 2011 5 27 333 000

13TOYOTA HILUX D/C GR071D AHTFR22G706041717 2011 5 27 333 000

14TOYOTA HILUX D/C GR073D AHTFR22G406041415 2011 5 27 333 000

TOTAL 167 760 871

C.

Page 88: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 87 of 94

LIST OF TENANTS WHO ARE STILL UNDER MORTGAGE SYSTEM

C.

Page 89: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 88 of 94

N BeneficiairyNº Hse

Monthly pyt

Type Value

  HOUSES TYPE A        

1 KALIMBA Bazile 6 150,000 A

22,000,000

2 MUGWIZA Désiré 7 238,478 A

22,000,000

3RUTAYISIRE J. Claude/KARURETWA Grace 8

150,000 A 22,000,000

4 NDEGEYA James 9 150,000 A

22,000,000

5 KARANGWAYIRE Consolate 10 150,000 A

22,000,000

6 MUGISHA Juliet 11 150,000 A

22,000,000

7 MUGISHA MOSES 12 150,000 A

22,000,000

8NYINAWINGERI Angélique/Gasengayire Aline 16

218,015 A 22,000,000

9 BIKORIMANA Joseph 19 218,015 A

22,000,000

10 MUREFU Aimé 20 150,000 A

22,000,000

11 UMUGABEKAZI KARURETWA Marie 21 125,526 A

22,000,000

12 SALAMU Vincent/Cpte MUGISHA John 23 150,000 A

22,000,000

13 BWANAKWERI Marie Paule SROUJI 26 150,000 A

22,000,000

14 MUJAWASE Domitille 57 237,633 A

22,000,000

15 BAMUHONGERWA Dahlia 59 150,000 A

22,000,000

16 LUTTA Fred 60 150,000 A

22,000,000

17 BUTERA Protais 61 216,914 A

22,000,000

18 NGABONZIZA M.Alphonse 62 150,000 A

22,000,000

19 MUNYAKAZI Bosco 64 237,633 A

22,000,000

20HUBER Christophe/Cpte de KALIMBA Francis 65

150,000 A 22,000,000

21 RWABUKAYIRE B.Straton 69 150,000 A

22,000,000

C.

Page 90: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 89 of 94

22 MUKASINE Nathalie 76 284,072 A

22,000,000

23 NYIRUBUTAMA J. Paul 77 218,015 A

22,000,000

24 NYIRAMUZIMA Odette 79 192,597 A

22,000,000

25 KARUSISI Ruki 81 150,000 A

22,000,000

26 KALIKESHA Marie Claire Diane 82 218,015 A

22,000,000

27 RWABUSAZA Innocent 83 224,431 A

22,000,000

28 RUTERA Huguette 86 218,015 A

22,000,000

29 KAREMERA Pierre 123 237,633 A

22,000,000

30 MUGANZA Canisius 126 205,903 A

22,000,000

31 NSABIMANA James 137 192,597 A

22,000,000

32 MPINGANZIMA Scolastique 140 218,015 A

22,000,000

33 INGABIRE Louise/Nsegiyumva Arthemon 144 232,233 A

22,000,000

34 MUNYANGABE Pacifique 157 218,015 A

22,000,000

35HATUNGIMANA Stany/AMBALAGAN D.SWAMY 158

284,072 A 22,000,000

36 RWANKINEZA ISAAC (BTCE) 159 284,072 A

22,000,000

37 KANGEYO Noelle 28 179,331 A

22,000,000

        

814,000,000

  HOUSES TYPE B        

38 KAYONGA Denise 30 248,435 B

23,000,000

39 MAZIYATEKE Claire 31 296,984 B

23,000,000

40 MUHORAKEYE Clarisse 32 296,984 B

23,000,000

41 DUKUZE Monique 34 160,000 B

23,000,000

42 KALIMBA Francis 37 160,000 B

23,000,000

C.

Page 91: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 90 of 94

43 MUTEMBE Tessy 38 160,000 B

23,000,000

44 UWIMANA Marguerite 39 160,000 B

23,000,000

45 KANIMBA Jean Bosco 40 160,000 B

23,000,000

46 RUGOMBOKA R. Emmanuel 41 160,000 B

23,000,000

47 KAYINAMURA Edith 48 78,743 B

23,000,000

48 RUGAMBA Rosette 53 160,000 B

23,000,000

49 BAKURAMUTSA INGABIRE Anitha 89 248,435 B

23,000,000

50 KAYIRANGA Keza 93 160,000 B

23,000,000

51 KAYIRANGA Lyn 94 160,000 B

23,000,000

52 MUNYURA Pierre 97 248,435 B

23,000,000

53 KAYIRANGWA Bernadette 99 193,429 B

23,000,000

54 Stella Mujah-C/O GASANA Bart 100 248,435 B

23,000,000

55 KALIMBA Fred 102 160,000 B

23,000,000

56 RUGANGO Arthur 104 160,000 B

23,000,000

57 GASHONGAYIRE Yvette 105 248,435 B

23,000,000

58 GATO J.De Dieu 111 160,000 B

23,000,000

59 MUKANGAHE Eric/Gatari Uwayo Francine 113 160,000 B

23,000,000

60 KAYIRANGA Lévi 115 160,000 B

23,000,000

61 RURANGWA Joseph 116 160,000 B

23,000,000

62 MUKANGIRA Ancille 117 160,000 B

23,000,000

63 UMULISA MIRENGE Elise 118 160,000 B

23,000,000

64 KAMANZI Françoise 55 485,741 B

23,000,000

65 NZAMWITA NTABWOBA Toy 127 160,000 B

23,000,000

C.

Page 92: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 91 of 94

66 MUHIKIRA ILYAMBABAZI Ida 129 160,000 B

23,000,000

67 RUGERI Umulisa Célestine/Nkusi christ 130 160,000 B

23,000,000

68 NGARAMBE NGOGA 132 160,000 B

23,000,000

69 NTAGANZWA Joseph 134 160,000 B

23,000,000

70 RWABUKERA BANGEMU Olivier 170 160,000 B

23,000,000

71 GAKUBA RUBOJO EGIDE 135 160,000 B

23,000,000

72 KAYIRANGA Kenzo 163 160,000 B

23,000,000

73 BUCAGU Liliane 169 160,000 B

23,000,000

74 KATAREBE Alphonse 171 160,000 B

23,000,000

75 GIHANA MULENGA Patrick/Kalimba Linda 173 160,000 B

23,000,000

76 MUGENZI J.Claude 174 263,986 B

23,000,000

77 MUTONI Emily 175 248,435 B

23,000,000

78 RUZINDANA KYAMPAYIRE Lilian 178 160,000 B

23,000,000

79 RUZIBUKIRA Alexis 183 160,000 B

23,000,000

80 NTAGUNGIRA Carpophore 56 485,741 B

23,000,000

        

989,000,000

  HOUSES TYPE D        

81UMULISA CONDO Chantal/ MUBILIGI Jean Pierre 188

180,000 D 27,000,000

82 MUHIRWA Richard( CSS) 200 257,654 D

27,000,000

83MUDASIGWA Alphonse/ UWANTEGE Liliane 203

276,038 D 27,000,000

84 KAYIHURA John 205 180,000 D

27,000,000

85 NDAGIJIMANA Uzziel 207 281,429 D

27,000,000

86 MUNYANDEKWE Oswald 208 226,810 D

27,000,000

C.

Page 93: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 92 of 94

87 RWAGASANA Francine 209 180,000 D

27,000,000

88 UWANYIRIGIRA Régine 212 180,000 D

27,000,000

89 BIRORI Joseph(Primates Safari) 214 190,000 D

27,000,000

90 MANZI MWEZI Eric 215 180,000 D

27,000,000

91 NTAGERUKA KASSIM 216 180,000 D

27,000,000

92 MUSHASHI Dora Sekoko( doyelcy ltd) 220 180,000 D

27,000,000

93 MUSHASHI Yen Sekoko( doyelcy ltd) 221 180,000 D

27,000,000

94 GATARI Innocent 251 180,000 D

27,000,000

95 MUKANDEKEZI Théodosie 252 180,000 D

27,000,000

96 MUTAGANZWA Diogène 257 180,000 D

27,000,000

97 VALAPPAKATH NELVY Antao 261 301,300 D

27,000,000

98KYARUHINDA Derreck/Cpte de NDUNGUTSE Joy 262

180,000 D 27,000,000

99 KATAREBE Joseph/UWINEZA Joséphine 265 180,000 D

27,000,000

100 NDUNGUTSE Joy 266 180,000 D

27,000,000

101 BUNYENYEZI KATAREBE Chantal 267 180,000 D

27,000,000

102 KALISA MUHIGIRWA Guy 269 150,000 D

27,000,000

103 KAYIHURA Christian 272 180,000 D

27,000,000

104 RUBAGENGA Emery 299 180,000 D

27,000,000

105 KAREGEYA Léah 202 180,000 D

27,000,000

106 GATEMBASI J.Baptiste 273 335,722 D

27,000,000

        

702,000,000

  HOUSES TYPE C        

107 UMULISA BARTSON Alphonse 224 329,265 C

26,000,000

C.

Page 94: rssb.rwrssb.rw/sites/default/files/tender_for_insur…  · Web view · 2017-03-11The Data Sheet indicates how long the bidding companies Proposals must remain valid after the submission

Page 93 of 94

108 KAREKEZI Corneille 227 190,000 C

26,000,000

109 KIRENGA CLAVER (UMUTONI Juliet) 229 190,000 C

26,000,000

110 RUTAZIBWA Eugène 230 162,022 C

26,000,000

111 GAKUBA Rwagasore Solange 236 190,000 C

26,000,000

112BUTERA J Damascène/KAYITESHONGA Yvonne 238

190,000 C 26,000,000

113 Mbanza Matabaro Boniface 240 246,034 C

26,000,000

114 HATEGEKIMANA Jerome 241 235,534 C

26,000,000

115 HATEGEKIMANA Christine 242 235,534 C

26,000,000

116 HAGUMA RUGWIZA Anita 244 190,000 C

26,000,000

117 BIMENYIMANA USABUWERA Martin 276 190,000 C

26,000,000

118 RUBEGA Eric 277 190,000 C

26,000,000

119 UWIZEYIMANA Straton 279 291,641 C

26,000,000

120 KALISA MBANDA 284 291,641 C

26,000,000

121 KAYIGI P.Claver 287 236,541 C

26,000,000

122 KARANGWA Raymond 289 190,000 C

26,000,000

123 UMUNYANA MANZI Nadine 290 190,000 C

26,000,000

124 KANAMUGIRE DAVID 294 190,000 C

26,000,000

125 KATERPILLARI/uwizigiye aline gloriose 195 268,205 C

26,000,000

126 MUSHINZIMANA Tharcisse 297 236,541 C

26,000,000

127 MBARAGA Alexis 275 291,641 C

26,000,000

          546,000,000

GRAND TOTAL       3,051,000,000

C.