REPUBLIC OF RWANDA RWANDA SOCIAL SECURITY BOARD (RSSB) REQUEST FOR PROPOSAL TITLE OF TENDER: ANNUAL CONTRACT FOR THE PROCUREMENT OF THE SERVICES OF INSURANCE BROKERS. TENDER NUMBER: 076/S/N/RSSB/2013-2014 PROCUREMENT OPEN COMPETITIVE BIDDING METHOD DATE OF ISSUE MARCH 2014 Page 1 of 83 Selection of “Consultants” Insurance Brokerage Firms Page 2 of 83 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 .........................................................12 6. Proposal Evaluation .....................................................................................................12 7. Negotiations .................................................................................................................14 8. Award of Contract........................................................................................................15 9. Confidentiality .............................................................................................................15 Instructions to Consultants, Data Sheet ..................................Error! Bookmark not defined. Section 3. Technical Proposal - Standard Forms .............................................................. 21 Section 4. Financial Proposal - Standard Forms (NOT APPLICABLE) ....................... 32 Section 5. Terms of Reference.............................................................................................. 33 Section 6. Standard Form of Contract ............................................................................... 55 Page 3 of 83 Section 1. INVITATION LETTER TENDER NOTICE NO 076/S/N/RSSB/2013-2014 TITLE: ANNUAL CONTRACT FOR THE PROCUREMENT OF THE SERVICES OF INSURANCE BROKERS. SOURCE OF FUND: RSSB CLIENT: RWANDA SOCIAL SECURITY BOARD The RWANDA SOCIAL SECURITY BOARD would like to invite all licensed Insurance Brokerage Firms operating in Rwanda to submit bids towards the provision of Insurance Broking Services for the management of all the insurances of THE RWANDA SOCIAL SECURITY BOARD’S as specified in LOTS below: 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 b. MOTOR FLEET POLICY and c. GROUP LIFE POLICY PLEASE INDICATE THE LOT/S YOU ARE BIDDING FOR. 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° 040-028114673, 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. Brokerage firms may submit bids for either of the classes mentioned above or for more than one class or indeed for all the classes of insurance listed. Page 4 of 83 The outer envelope should be marked as follows: TENDER NOTICE NO 076/S/N/RSSB/2013-2014 ANNUAL CONTRACT FOR THE PROCUREMENT OF SERVICES OF INSURANCE BROKERS. “OPENED IN PUBLIC ONLY” The opening of technical bids will take place on the same day at 2:30 p: m at RSSB Headquarters, 7th floor in the meeting room in the presence of the bidders or their representatives. 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 MPAMO Director of corporate services Page 5 of 83 Section 2. Instructions to Insurance Brokerage Firms 1. Definitions (a) “Client/Procuring Entity” means the agency with which the selected insurance brokerage firm/s signs the Contract for the Services. (b) “Insurance brokerage firm” 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 Brokerage Firm/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 Brokerage Firms ” (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. (k) “RFP” means the Request for Proposal to be prepared by the Client for the selection of Insurance Brokerage Firms who present themselves as bidders for the respective Insurance Brokerage Services, 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 Broking services 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, activities expected of the insurance Brokerage firm/, tasks to be performed, respective responsibilities of the Client and the bidding companies, and expected results and deliverables expected of the insurance brokerage firms. 2. Introduction 2.1. The Client named in the Data Sheet will select one or more insurance brokerage firms from amongst the list of bidders, in accordance with the method of selection specified in the Data Sheet. 2.2. Interested Insurance Brokerage Firms are invited to submit a Technical Proposal, (Financial Proposals are not requested from Insurance Brokerage Firms) The Technical Proposal only, as specified in the Data Sheet, for the provision of insurance covers and insurance brokerage services named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Insurance Brokerage Firm (s). Page 6 of 83 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 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 and objective 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 Page 7 of 83 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. 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 brokerage firm could derive a competitive advantage from having provided insurance broking services related to the assignment in question, the Client shall make available to all short-listed insurance insurance brokerage firms together with this RFP all information that would in that respect give such insurance brokerage firm any competitive advantage over competing companies. Fraud and Corruption 1.7 The Rwanda public procurement regulations require that all procuring entities, as well as insurance brokerage firms 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 brokerage firms 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 brokerage firm 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 an insurance brokerage firm, including declaring the insurance brokerage firm 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 brokerage firm has, directly through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing a contract; and Page 8 of 83 (d) Gives the right to require that, a provision be included requiring the insurance broker 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. 1.8 Concerned Insurance Brokerage firms, 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 brokerage firms 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 brokerage firm is awarded the Contract, as requested in the Financial Proposal submission form (Section 4). Single Proposal from each bidding company. An Insurance Broker may submit one combined proposal for both the General Insurance and the Group Life Insurance 1.10 Bidding insurance broking firms may submit one proposal for both the General Insurance and Group Life insurance. However, this does not limit the participation of an insurance broker in both line of business i.e General Insurance and Life Insurance. 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. Page 9 of 83 3. Clarification and Amendment of RFP Documents 2.1.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 Proposals 2.3. 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 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-shortlisted 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. Page 10 of 83 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 insurance brokers, 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 insurance brokers. Assignments completed by individual Professional staff working privately or through other insurance brokerage firms 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 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 insurance broker in providing brokerage services or specific approach of the insurance broker in facilitating an effective and cost effective cover for their clients, methodology and work plan for providing such 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, 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 Page 11 of 83 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 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 (Not applicable to Insurance Brokerage Firms) Taxes 2.8. Bidders must take account and include in their premium estimates any form of tax payable by the Client under any of the insurance Contracts arranged. 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 FIN-1 of Section 4. Page 12 of 83 5. Submission, Receipt, and Opening of Proposals 4.1 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” The envelopes containing the Technical Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number and title of the bid, 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 Technical 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. 6. Proposal Evaluation 5.1 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 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. Page 13 of 83 Evaluation of Technical Proposals 5.2 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. Page 14 of 83 Public Opening and Evaluation of Financial Proposals (only for QCBS, FBS, and LCS) 5.3 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. 5.4 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 technical score will be invited for negotiations. 5.5 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 conclusive discussions. 7. Conclusive Discussions 6.1 Conclusive discussions 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 discussions, certify availability of all Professional staff. Failure in satisfying such requirements may result in the Client proceeding to discuss with the next-ranked Bidder. Representatives conducting the discussions on behalf of the Bidder must have written authority to discuss and conclude a Contract. Technical discussions 6.2 Discussions will centre on the Technical Proposal, the proposed technical approach and 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 the discussions which will be signed by the Client and the successful insurance broker/s. Availability of Professional staff/experts 6.3 Having selected the Bidder on the basis of, among other things, an evaluation of proposed Professional staff, the Client expects to discuss a Contract on the basis of the Professional staff named in the Proposal. Before contract discussions, the Client will require assurances that the Professional staff will be actually available. The Client will not consider substitutions during contract discussion 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 for discussion. Page 15 of 83 Conclusion 6.4 Discussions will conclude with a review of the draft Contract. To complete discussions the Client and the bidder will initial the agreed Contract. If discussions, the Client will invite the bidder whose Proposal received the second highest score to discuss a Contract. 8. Award of Contract 7.1 After completing discussions the Client shall award the Contract to the best selected insurance brokerage firm/s, and promptly notify all bidders who have submitted proposals. 7.2 The selected insurance Brokerage firm/s are expected to commence the assignment on the date and at the location specified in the Data Sheet. 9. Confidentiality Information 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 16 of 83 Instructions to Insurance Brokerage Firms, Data Sheet Paragraph Reference 1.1 Name of the Client: RSSB Method of selection: Open Competitive Bidding 1.2 Technical Proposal to be submitted: YES Name of the assignment is: ANNUAL CONTRACT OF RWANDA SOCIAL SECURITY BOARD FOR THE PROCUREMENT OF THE SERVICES OF INSURANCE BROKERAGE FIRMS TO MANAGE THE FOLLOWING INSURANCE CONTRACTS OF RSSB LOT 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 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 Unit RWANDA SOCIAL SECURITY BOARD P.O Box 250 Kigali-Rwanda Tel: + (250) (0)252598400, Fax + (250) (0)252584445 Email: [email protected] 1.8 Proposals shall be submitted in ENGLISH Page 17 of 83 1.9 Bidders may offer their bids as individual companies or as a consortium of insurers or brokers 1.10 1.11 The available budget is : ORDINARY BUDGET OF RSSB All bidders must provide and fill the following documents: 1. Bid submission form duly signed well printed and properly organized. 2. Copy of Certificate of incorporation 3. Copy of BNR license 2014 4. Original or a certified copy of Rwanda Social Security Board certificate 5. Copy of the tax clearance certificate or a statement of arrears(Notarized); 6. Approved Audit Report for 2012. 7. Bid security of 2% of the bidder’s offer. 8. Professional Indemnity Insurance cover as prescribed by BNR 9. Evidence of any International Ratings 10. CV of three professionally certified employees in the Technical division of the company (Underwriting, Claims and Client Service Manager) 11. A two page document which describes your proposed Technical Approach and Methodology to be employed in the management of the insurances if selected as the preferred Insurance Broker- Highlight specific values which your brokerage firm will add 12. List of major claims which the Brokerage Firm has assisted her client to follow up successfully- provide evidence 13. List of 10 major clients currently in your books – indicate volume of premiums and nature of insurances concerned - 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: NA 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 proposals in one envelope 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 BOX : 6655 or 250 KIGALI/RWANDA;Tel. +250 252598400, Fax : +250 252584445. www.rssb.rw e-mail: [email protected]. Floor-Room number: Ground floor, Page 18 of 83 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 Proposals are: ): Max 20 points Insurance Brokers name, rating & rating agency: AAA+ to B+ rating (15 points) other ratings (10 points) No rating (zero points). (i) List of Major claims successfully recovered on behalf of their insured clients 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. (ii) Three public institutions whose insurances had or are being Brokered by your Brokerage firm 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 Manager, 1 underwriter and 1 claims administrator and Customer Care Officer Attach certified evidence of qualifications such as: (v) 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) Financial statement analysis for the years 2011 & 2012 : Max 20 points Page 19 of 83 Profitable bottom line: Beyond 30% (20 points), between 25% and 29% (10 points), between 20% and 24% (5 points) Attach copies of Financial Report 2011 & 2012 declared to RRA with official stamp Companies with foreign major interest must submit certified copies of their Group Accounts NB: Non Provision of Group Accounts for companies concerned will be met with zero mark allocation for this section (vi) Procedures adopted in facilitating the settlement of claims by insurance companies : (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 points Below 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. Bidding companies who meet or surpass the minimum score for the technical stage will pass to the last stage of contract discussion. Technical scores for Brokerage firms: Minimum qualifying scores: 70 %. All bidders must submit their Technical proposals in line with the requirements listed above and in the prescribed format. 2.4 Method of Selection: QCBS: Quality and Cost Based Selection All Premium indications and Compensation expectations must reflect a substantial improvement from the current experiences 2.5 Evaluation will be done for the entire tender. Bidders are requested to State Indicative (competitive) Premiums and or Rates projections for each insurance class intended to be managed by the Broker and having in mind the insured’s intention to have its present premiums reduced considerably whilst achieving maximum cover for its assets and potential liabilities. Award of Contract 3.1 Bidders who succeed at this technical stage will pass to the last stage of discussion for contract award. Technical scores by the broker: Minimum qualifying scores: 70 %. Only bidders who satisfy the technical criteria will be considered. Page 20 of 83 The formula for determining the financial scores is the following: Sf= 100xFm/F, in which Sf is the financial score, Fm is the lowest Premium or Rate and F the Current Premium or Rate on the Existing Insurance 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.) 1 Insurance Brokerages Firms are invited to bid for the line and class of business they prefer to manage. A Brokerage firm is free to bid for all classes and all lines of business as described below. Values at Risk and Limits of potential Liability are obtainable from the Client Item N° Line of Business and Insurance Sum Insured Cover required Value (Rwf) Guarantee Lot A GENERAL INSURANCE As per: 1 Fire & Allied perils schedule 2 Consequential loss - fire schedule “Loss of Profit / Salaries and Wages / Auditors Fees” 3 Burglary & housebreaking schedule All Office Contents including Householder/ House Owner All Risks Comprehensive All Risks of loss or damage to the Plant / Machinery including 4 Plant All Risks / Machinery schedule All Risks of loss or damage to the Computers / Electronic & breakdown 5 Computers / Electronic & Electrical Equipment’s including Breakdown down-time, schedule Electrical Equipment’s 6 Public liability Breakdown down-time, maintenance and repair cost maintenance and repair cost Unlimited and in line with the 3rd Party Liability laws in Rwanda schedule All Risks All Management and Staff exposed (Unlimited Cover) 7 Good in Transit schedule 8 Fidelity guarantee schedule 9 Sabotage & terrorism schedule Full cover on all Assets and Properties of the insured Comprehensive Cover (OMNIUM) inclusive of all additional benefits whether specifically mentioned or not. LOT B MOTOR FLEETINSURANCE schedule Death (one year Gross earnings each and every staff) and Last Expense (Rwf 1m per deceased) Lot C GROUP LIFE ASSURANCE 5 Address for contract negotiations: schedule Page 21 of 83 . RSSB 1 P.O BOX 250 Procurement Unit City: KIGALI Country : RWANDA 6 Duration: 1 year. . Expected date for commencement of Broking services: the services will commence as soon as possible after 1 signing the contract Bidders are invited to submit their bids for any or all of the Lots indicated. Page 22 of 83 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 Experience A Bidders Organization B Bidders Experience TECH-3 Comments or Suggestions on the Terms of Reference On the Terms of Reference TECH-4 Description of the Technical Approach, 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 23 of 83 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 Broking Services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our 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 discussions 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 discuss on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract discussions. We undertake, if our Proposal is accepted, to commence our Broking Services 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 24 of 83 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 25 of 83 B –Detailed Experience of the Insurance Brokers [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 Broking services 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, or Claims management or Customer Care Officer /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 26 of 83 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 27 of 83 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 28 of 83 FORM TECH-4 DESCRIPTION OF TECHNICAL APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT Page 29 of 83 FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS Professional Staff Name of Staff Bidding Company Area of Expertise Position Assigned Task Assigned Page 30 of 83 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]: Employer: Positions held: To [Year]: Page 31 of 83 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 describes myself, my qualifications, and my experience. I understand that any wilful misstatement 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 Page 32 of 83 FORM TECH-7 WORK SCHEDULE N° Activity1 1 2 3 4 5 6 7 1 2 3 4 5 n 1 2 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. Duration of cover should be indicated in the form of a Gant chart. Page 33 of 83 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 condition Adjacent Building Clause All other contents Alterations and repairs clause Appraisement clause Architects, quantity surveyors and consulting engineers’ clause Automatic reinstatement of loss clause Branded Goods Bush fire Cancellation (30 days) clause Capital additional clause – full cover of value Contract works Cost of demolition, site clearance and erection of hoarding Clause Cost of re-erection clause Cross liability clause Debris removal costs clause Designation of property clause Earthquake Clause Expediting expenses clause Electrical Clause III Explosion endorsement Fire brigade Clause Import duty clause EXCESS: Nil 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 Page 34 of 83 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 CLAUSES: - Contractors Extension - Departmental Clause - Electrical Clause - Mortgage & lien Clause - Prevention of Access Clause - EXCESS: Reinstatement of loss Replacement value Safe and books clause Salvage Sales Claus 30 days 3) Burglary & Housebreaking Cover against All risk of loss or damage to all insured property whilst on any of the insureds premise as a result of theft however caused. CLAUSES: - Reinstatement of value after loss - Safe and book Clause - Including riot, strikes and civil commotion EXCESS: - Temporary removal - First loss Memo 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 Break downs declared by 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 EXCESS: Nil - 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 Page 35 of 83 5) Computer All Risks and Electronic & Electrical Equipment Section 1 Material damage Cover 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 belonging to the insured and allocated to insured’s staff or for which the insured is responsible or has assumed responsibility Section 2 Data media expenses for reconstruction and re recording information Section 3 Increased cost of working CLAUSES: - Automatic additions/deletions clause - Basis of settlement: replacement cost, - Cover for theft - Cover for loss or damage due to riot, strike and civil commotion - Cover for earthquake - Airfreight and transit risk included - Fire, lightning, explosion and all special perils - New replacement value- for items not more than three years old - Notice of cancellation- 30 days Page 36 of 83 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 - Loading and unloading of vehicles - Lifts, hoists and cranes, - Legal defense clause, - Machinery and plant, - Plants hired or rented, - Tenant’s liability, - EXCESS: Nil - EXCESS 7) Goods in transit all risks Indemnity against accidental loss or damage to the specified property whilst in transit by road or rail - Rail and/or road risks Clause - Books Clause - Important Clause - Tarpaulin Clause - Political Risks Exclusions - Bombardment Clause - Prior loss/ Damage Clause EXCESS: Nil Page 37 of 83 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 EXCESS: - Professional Accountants Clause Stock/Other property Clause Extended cover for past employees Including Computer fraud 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: Page 38 of 83 - Criminal & Malicious act, Rebellion, revolution, Insurrection, Riot, strike & civil commotion, DEDUCTIBLE: 2% of Claim LOT B. 10) Motor fleet insurance - Comprehensive cover Page 39 of 83 - - - 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 SCOPE OF COVER: Worldwide, 24 hours, for duty or pleasure FREE COVER LIMIT: No limit Page 40 of 83 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 LOT A GLOBAL PACKAGE POLICY Fire and allied perils Consequential loss – fire Item 1 Item 2 Item 3 Item 4 Item 5 Item 6 Burglary & Housebreaking Plant All Risk / Machinery breakdown (Air conditioners, lift & generators) Computer All Risk / Electrical & Electronic Equipment Public liability DESCRIPTION PROPERTY OF SUM INSURED EXCESS Rwf As per Schedule Buildings (including F,F&F) Gross revenue Increased cost of working “ Total Declared value First Loss Sum Insured Machinery damage Damage to surrounding property/ third party liabilities “ Nil “ “ Nil Material Damage External Data Media Increased Cost of Working Bodily injury & Material damage/ any one event Anyone period “ “ “ Nil “ Nil Nil “ “ TOTAL PREMIUM (Rwf) Page 41 of 83 Various property on open cover “ Nil Fidelity Guarantee “ Nil Item 9 Terrorism Sabotage “ 10% LOT B LOT C Motor Group assurance Pecuniary losses/ any one event/ period & loss of and damage/destruction to property Fleet of vehicles Life Staff “ “ Nil Item 7 GIT all risks Item 8 Note: Detailed list of Assets to be covered will be provided on request upon successful completion of the Technical Bid. I. Business Interruption Period 1st month 2th month 3th month 4th month 5th month 6th month 7th month 8th month 9th month 10th month 11th month 12th month TOTAL Sum (Rwf) Insured 250,000,000 250,000,000 200,000,000 200,000,000 125,000,000 125,000,000 100,000,000 100,000,000 50,000,000 50,000,000 25,000,000 25,000,000 1,500,000,000 Page 42 of 83 II. RSSB - LIST OF STAFF APRIL 2012 No MATRICULE 1 51877 2 51938 3 51965 4 52043 5 52073 6 51941 7 51952 8 51981 9 52074 10 51830 11 51853 12 51950 13 51980 14 51873 15 51837 16 51840 17 51843 18 51844 19 51916 20 51935 21 52024 22 52087 23 52088 24 52089 25 51746 26 51819 27 51831 28 51851 29 51861 30 51863 31 51864 32 51867 33 51869 34 51874 35 51886 36 51900 37 51903 No MATRICULE DATE OF BIRTH 7-Oct-1976 8-Apr-1968 1-Jan-1977 1-Jan-1983 9-Jun-1982 1-Jan-1975 1-Jan-1962 1-Jan-1979 1-Jan-1986 1-Jan-1967 1-Jan-1978 1-Jan-1975 1-Jan-1977 1-Jan-1982 20-Jul-1969 1-Jan-1952 25-Dec-1972 1-Jan-1971 15-Jan-1972 8-Jan-1966 1-Jan-1977 1-Jan-1975 1-Jan-1970 1-Jan-1970 1-Jan-1960 30-Dec-1979 13-Jun-1965 24-Nov-1982 1-Jan-1973 17-Dec-1975 20-Dec-1979 15-Sep-1981 1-Jan-1980 14-Jun-1983 1-Jan-1971 18-Mar-1978 17-Jul-1981 DATE OF SALARY 41,422 41,422 41,422 41,422 41,422 46,096 46,096 46,096 46,096 47,654 47,654 50,770 50,901 53,886 192,858 192,858 192,858 192,858 192,858 192,858 192,858 192,858 192,858 192,858 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 SALARY Page 43 of 83 BIRTH 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 51912 51914 51918 51926 51929 51930 51936 51994 52001 52002 52004 52015 52019 52020 52029 52034 52042 52056 52057 52063 52064 52066 52067 51855 51893 51946 51984 52033 51945 51962 52030 52032 52036 52047 52070 51969 52018 52028 51989 52022 25-Dec-1980 1-Jan-1978 1-Jan-1959 1-Jan-1955 20-Oct-1978 25-Dec-1982 1-Feb-1981 7-Mar-1953 1-Jan-1960 15-Aug-1982 26-Jun-1976 15-Dec-1983 1-Jan-1972 3-Mar-1979 1-Jan-1980 12-Dec-1979 10-Dec-1975 1-Jan-1980 26-Jun-1982 3-Oct-1978 1-Jan-1982 14-Apr-1974 1-Jan-1978 25-Aug-1977 1-Jan-1969 1-Jan-1978 6-Jul-1981 14-Jul-1978 13-Oct-1973 13-Apr-1970 5-Dec-1977 21-Jan-1983 15-Feb-1987 25-Dec-1983 20-May-1981 25-Nov-1977 1-Jan-1983 17-May-1960 20-Nov-1985 1-Jan-1972 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 Page 44 of 83 No MATRICULE 78 52050 79 52068 80 52031 81 52049 82 52065 83 51879 84 51883 85 51982 86 51993 87 52003 88 52035 89 52048 90 51881 91 51904 92 51998 93 52027 94 51888 95 51928 96 52046 97 52054 98 51983 99 51884 100 51826 101 51858 102 51865 103 51880 104 51890 105 51895 106 51920 107 51934 108 52005 109 52007 110 52016 111 52053 112 51927 113 52062 114 52069 115 51944 116 51850 117 51856 DATE OF BIRTH 25-Aug-1983 1-Jan-1972 20-Dec-1975 1-Jan-1964 1-Jan-1977 24-Apr-1981 1-Jan-1974 26-Mar-1978 1-Jan-1970 1-Jan-1973 5-Sep-1983 9-Jan-1982 27-Jun-1971 30-Nov-1982 6-Dec-1982 1-Jan-1976 2-Oct-1978 6-Oct-1980 15-Jul-1981 29-Jul-1973 12-Jul-1971 17-Oct-1957 1-Jan-1978 15-May-1985 27-Nov-1978 8-Aug-1969 1-Jan-1956 27-Jul-1968 28-Jun-1976 1-Jan-1957 16-Jul-1968 28-Jan-1979 28-May-1983 1-Jan-1976 28-Jul-1975 31-Oct-1969 1-Jan-1978 29-Sep-1976 15-Jan-1980 1-Jan-1967 SALARY 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 Page 45 of 83 No MATRICULE 118 52010 119 51859 120 52017 121 51885 122 51997 123 51906 124 52052 125 52061 126 52060 127 51892 128 51899 129 51971 130 52051 131 51887 132 51871 133 51995 134 51818 135 51923 136 52075 137 52078 138 51894 139 52006 140 52055 141 51820 142 51658 143 51683 144 51684 145 51745 146 51763 147 50383 148 50573 149 50872 150 51173 151 51190 152 51286 153 51307 154 51320 155 51321 156 51327 157 51328 DATE OF BIRTH 1-Jan-1968 4-Apr-1986 1-Jan-1971 11-Jan-1952 1-Oct-1979 16-Aug-1982 1-Jan-1974 25-Apr-1983 24-Mar-1977 24-Jan-1982 6-Jan-1974 28-Dec-1959 30-Jan-1982 24-Dec-1968 2-Jan-1964 23-Sep-1984 15-Oct-1977 8-Oct-1968 9-Dec-1982 14-Apr-1988 7-Feb-1972 28-Dec-1982 27-Jul-1978 27-Jul-1979 27-Jan-1980 16-Dec-1979 1-Jan-1978 21-Oct-1983 1-Jan-1981 24-Oct-1961 1-Jan-1959 29-Mar-1967 10-May-1964 1-Jan-1972 31-Dec-1962 17-Oct-1964 1-Oct-1967 1-Jul-1973 1-Jan-1969 16-Nov-1973 SALARY 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 326,572 424,286 424,286 424,286 424,286 509,786 509,786 326,572 424,286 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 Page 46 of 83 No MATRICULE 158 51425 159 51432 160 51440 161 51442 162 51490 163 51568 164 51571 165 51572 166 51576 167 51579 168 51581 169 51582 170 51583 171 51584 172 51586 173 51589 174 51591 175 51592 176 51593 177 51594 178 51595 179 51598 180 51601 181 51602 182 51603 183 51604 184 51605 185 51608 186 51609 187 51611 188 51612 189 51614 190 51617 191 51619 192 51621 193 51623 194 51626 195 51627 196 51629 197 51630 DATE OF BIRTH 3-Dec-1958 2-Mar-1967 4-Nov-1971 1-Jan-1971 1-Jan-1959 15-Dec-1974 6-Mar-1981 1-Jan-1983 3-May-1982 30-Sep-1967 1-Jan-1980 29-Jul-1980 10-Jun-1973 1-Jan-1982 25-Dec-1971 22-Oct-1978 1-Jan-1979 1-Jan-1974 25-May-1982 1-Jan-1975 10-Jan-1978 24-Aug-1976 1-Jan-1980 1-Jan-1977 1-Jan-1980 1-Jan-1979 1-Jan-1973 1-Jan-1981 1-Jan-1979 19-Sep-1966 1-Jan-1982 1-Jan-1977 1-Jan-1977 1-Jan-1983 18-Oct-1982 1-Jan-1981 1-Jan-1968 4-Mar-1980 12-Oct-1980 3-Dec-1979 SALARY 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 Page 47 of 83 No MATRICULE 198 51631 199 51632 200 51633 201 51636 202 51638 203 51640 204 51642 205 51646 206 51648 207 51652 208 51653 209 51654 210 51657 211 51660 212 51664 213 51669 214 51671 215 51672 216 51676 217 51682 218 51687 219 51689 220 51691 221 51694 222 51695 223 51696 224 51698 225 51699 226 51700 227 51705 228 51707 229 51713 230 51721 231 51722 232 51724 233 51739 234 51740 235 51741 236 51742 237 51744 DATE OF BIRTH 1-Jan-1978 1-Jan-1981 2-Aug-1973 3-Nov-1978 5-Feb-1972 1-Jan-1978 1-Jan-1974 1-Jan-1975 12-Oct-1976 4-Jan-1982 26-Sep-1979 9-Mar-1976 25-Jul-1976 25-Jul-1972 10-Jan-1974 15-Nov-1976 1-Jan-1975 1-Jan-1979 7-Jun-1964 1-Jan-1981 25-Jun-1979 26-May-1981 3-Aug-1977 1-Jan-1962 3-Jan-1979 1-Jan-1979 23-Apr-1974 1-Jan-1961 30-Jun-1980 1-Aug-1982 30-Dec-1973 1-Jan-1976 25-Jul-1980 5-Sep-1970 1-Jan-1980 13-Nov-1977 28-Sep-1962 16-Apr-1977 11-Sep-1981 9-May-1984 SALARY 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 Page 48 of 83 No MATRICULE 238 51749 239 51751 240 51752 241 51756 242 51757 243 51758 244 51759 245 51761 246 51762 247 51764 248 51767 249 51768 250 51775 251 51777 252 51778 253 51779 254 51781 255 51782 256 51783 257 51784 258 51786 259 51787 260 51788 261 51789 262 51790 263 51791 264 51792 265 51793 266 51794 267 51795 268 51796 269 51797 270 51798 271 51799 272 51801 273 51802 274 51804 275 51805 276 51806 277 51807 DATE OF BIRTH 1-Jan-1981 4-Apr-1979 1-Jan-1980 16-Mar-1977 1-Jan-1981 21-Mar-1978 1-Jan-1978 1-Jan-1976 1-Jan-1982 1-Jan-1978 1-Jan-1975 1-Jan-1976 25-May-1982 23-Mar-1980 12-Jan-1979 1-Aug-1980 1-Jan-1976 25-Nov-1983 8-Jan-1978 4-Jul-1982 5-Jan-1982 7-Jul-1977 13-Feb-1985 29-Dec-1979 15-Jun-1981 15-Aug-1979 1-Jan-1978 18-Jun-1982 25-Jan-1980 1-Jan-1965 24-Nov-1980 1-May-1982 1-Jan-1983 12-Oct-1979 25-Dec-1981 28-Mar-1982 24-Oct-1978 11-Nov-1985 14-May-1985 26-Sep-1976 SALARY 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 Page 49 of 83 No MATRICULE 278 51815 279 51816 280 51817 281 51823 282 51825 283 51827 284 51829 285 51834 286 51835 287 51838 288 51845 289 51846 290 51847 291 51849 292 51852 293 51854 294 51857 295 51866 296 51868 297 51870 298 51875 299 51876 300 51882 301 51889 302 51891 303 51896 304 51897 305 51901 306 51902 307 51905 308 51908 309 51909 310 51910 311 51911 312 51913 313 51919 314 51921 315 51922 316 51931 317 51933 DATE OF BIRTH 1-Jun-1986 1-Jan-1983 7-Jul-1981 25-Sep-1976 5-Mar-1984 24-Oct-1966 8-Sep-1963 21-May-1975 17-Apr-1974 31-Jan-1960 3-Jan-1979 23-Apr-1978 31-Jul-1977 5-Apr-1970 2-Feb-1981 5-Jun-1970 24-Jul-1975 24-Dec-1979 25-Sep-1977 10-Dec-1948 10-Dec-1973 29-Sep-1979 1-Jan-1966 9-Jan-1972 3-May-1974 14-Dec-1971 26-Oct-1975 1-Mar-1980 19-Oct-1976 28-Oct-1971 7-Dec-1974 25-Sep-1974 3-Dec-1972 24-Dec-1971 14-Jun-1969 18-Oct-1965 1-Jan-1969 1-Jan-1966 3-Feb-1976 24-May-1974 SALARY 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 Page 50 of 83 No MATRICULE 318 51939 319 51940 320 51943 321 51951 322 51955 323 51958 324 51959 325 51960 326 51961 327 51967 328 51968 329 51973 330 51975 331 51976 332 51977 333 51978 334 51979 335 51985 336 51986 337 51987 338 51988 339 51990 340 51992 341 51999 342 52000 343 52008 344 52009 345 52011 346 52014 347 52021 348 52023 349 52025 350 52037 351 52038 352 52041 353 52045 354 52058 355 52076 356 52083 357 52084 DATE OF BIRTH 3-Mar-1973 12-Aug-1959 4-Dec-1981 15-Apr-1973 26-Dec-1969 28-Jul-1978 26-Nov-1974 1-Jan-1975 12-Oct-1978 15-Jul-1971 1-Jan-1965 26-Nov-1967 28-Sep-1962 7-Dec-1967 1-Jan-1967 14-Dec-1973 16-Apr-1978 1-Jun-1971 23-Dec-1968 8-Dec-1977 26-Nov-1975 25-May-1973 25-Jul-1973 15-Feb-1972 16-Mar-1979 3-Oct-1976 6-Dec-1975 1-Jan-1967 1-Jan-1982 1-Jan-1981 24-Sep-1983 8-Dec-1979 29-Aug-1982 19-Jun-1976 18-Sep-1973 1-Jan-1981 12-Oct-1979 7-Jan-1982 27-May-1979 28-Nov-1978 SALARY 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 733,500 Page 51 of 83 No MATRICULE 358 52086 359 52091 360 51560 361 51991 362 52012 363 51833 364 51924 365 51271 366 51954 367 52072 368 52081 369 52085 370 51748 371 51836 372 51942 373 52082 374 52044 375 51215 376 51269 377 51302 378 51541 379 51544 380 51565 381 51569 382 51574 383 51578 384 51585 385 51588 386 51597 387 51600 388 51610 389 51613 390 51620 391 51625 392 51637 393 51650 394 51688 395 51690 396 51714 397 51716 DATE OF BIRTH 7-May-1983 5-Apr-1982 16-Dec-1979 27-Apr-1956 5-Jan-1975 6-Oct-1972 22-Feb-1985 18-Dec-1965 1-Jan-1971 1-Feb-1984 11-Jan-1984 20-Sep-1983 1-Jan-1980 2-Feb-1981 24-Feb-1979 13-Sep-1976 11-Feb-1980 12-Dec-1972 1-Jan-1970 18-Nov-1972 1-Jan-1973 20-May-1969 1-Jan-1980 1-Jan-1975 27-Jul-1980 1-Jan-1968 1-Jan-1979 1-Jan-1978 1-Jan-1975 1-Jan-1970 16-Jun-1979 1-Jan-1977 8-Jan-1980 1-Jan-1978 19-Apr-1979 5-Feb-1981 12-Dec-1979 27-Nov-1972 1-Jan-1973 14-Jun-1977 SALARY 733,500 733,500 734,144 734,144 745,439 754,400 754,400 763,714 769,317 769,317 769,317 769,317 785,739 785,739 817,073 821,855 829,012 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 844,072 Page 52 of 83 No MATRICULE 398 51753 399 51785 400 51828 401 51848 402 51963 403 52013 404 51809 405 51996 406 50927 407 51427 408 51540 409 51547 410 51615 411 51635 412 51641 413 51645 414 51659 415 51663 416 51668 417 51673 418 51678 419 51701 420 51720 421 51915 422 51925 423 51932 424 51937 425 51947 426 51948 427 51953 428 52026 429 52059 430 52077 431 51839 432 51860 433 51970 434 51972 435 51138 436 51634 437 52039 DATE OF BIRTH 1-Jan-1976 18-Aug-1978 7-Dec-1979 3-Dec-1959 1-Jan-1964 1-Jan-1974 11-Jan-1985 23-Nov-1966 1-Jan-1958 22-Jun-1953 12-Dec-1977 25-Mar-1974 13-Jun-1977 5-Jul-1974 28-Oct-1981 1-Jan-1978 1-Jan-1977 1-Feb-1973 31-Jul-1973 25-Feb-1979 11-Apr-1980 1-Jan-1975 15-Jul-1979 11-Nov-1970 6-Nov-1979 1-Jan-1972 16-Jun-1984 1-Jan-1965 27-Apr-1957 17-Mar-1961 1-Jan-1972 15-Apr-1984 7-Oct-1976 7-Jun-1977 9-Sep-1967 3-Feb-1963 22-Jan-1975 21-Jul-1950 1-Jan-1972 16-May-1978 SALARY 844,072 844,072 844,072 844,072 844,072 844,072 875,881 882,754 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 884,450 906,158 936,689 936,689 936,689 844,072 957,380 957,380 Page 53 of 83 No MATRICULE 438 51520 439 51729 440 51730 441 51731 442 51737 443 51808 444 51810 445 51811 446 51812 447 51813 448 51770 449 51136 450 52040 451 51728 452 51771 453 51774 454 51773 455 51462 456 51643 457 51842 458 51949 459 51964 460 51974 461 51841 462 51356 463 51493 464 51649 465 51662 466 51666 467 51703 468 51710 469 51872 470 51898 471 51956 472 51551 473 51561 474 51564 475 51917 476 51966 477 51562 DATE OF BIRTH 8-Apr-1970 12-Apr-1983 30-Jun-1980 6-Dec-1982 25-Apr-1982 16-Feb-1984 19-Sep-1984 27-Jan-1982 8-Feb-1983 11-Dec-1981 23-Feb-1974 15-Dec-1960 27-Sep-1950 27-May-1978 1-Jan-1981 13-Jun-1981 1-Jan-1982 27-Jun-1979 3-Aug-1981 1-Jan-1965 2-Feb-1975 8-Oct-1973 15-Feb-1969 15-Jan-1977 1-Jan-1955 10-Feb-1968 1-Jan-1979 1-Jan-1979 1-Jan-1978 12-Feb-1982 28-Jan-1974 23-May-1962 17-Aug-1957 16-Apr-1972 1-Jan-1974 18-Aug-1975 18-Jul-1976 20-Dec-1976 24-Nov-1971 12-Jul-1971 SALARY 957,381 957,381 957,381 957,381 957,381 957,381 957,381 957,381 957,381 957,381 1,009,620 1,032,009 1,032,009 1,067,953 1,067,953 1,067,953 1,108,330 844,072 844,072 844,072 844,072 844,072 844,072 1,067,953 1,221,045 1,221,045 1,221,045 1,221,045 1,221,045 1,221,045 1,221,045 1,221,045 1,221,045 1,221,045 844,072 1,490,286 1,490,286 1,490,286 1,490,286 1,639,429 Page 54 of 83 No MATRICULE 478 51832 479 51824 DATE OF BIRTH 19-Oct-1940 1-Jan-1965 SALARY 1,639,429 1,882,329 Page 55 of 83 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. Page 56 of 83 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. Page 57 of 83 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 Language The 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. 2 4 FOR THE CLIENT FOR THE CONSULTANT Signed by ___________________ Signed by ____________________ Title: ______________________ Title: ________________________ Restrictions about the future use of these documents and software, if any, shall be specified at the end of paragraph 7. 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.” Page 58 of 83 Bid Submission Form [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; Page 59 of 83 (g) We have no conflict of interest in accordance with ITB Sub-Clause 4.2; (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] Page 60 of 83 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)] Page 61 of 83 NEW LIST OF ADMINISTRATIVE AND INVESTMENT PROPERTIES OF RSSB TO BE INSURED IN 2014-2015 1. ADMINISTRATIVE BUILDINGS No. Description 1. BUILDING 2. BUILDING 3. BUILDING 4. BUILDING 5. BUILDING 6. BUILDING 7. BUILDING 8. BUILDING 9. BUILDING 10. BUILDING 11. BUILDING 12. BUILDING 13. BUILDING 14. BUILDING 15. RSSB Headquarters’ office LOCATION INSURED RISK RWAMAGANA Global asset all risks insurance NGOMA Global asset all risks insurance RUSIZI Global asset all risks insurance GICUMBI Global asset all risks insurance RULINDO Global asset all risks insurance MUHANGA Global asset all risks insurance NGORORERO Global asset all risks insurance RUBAVU Global asset all risks insurance MUSANZE Global asset all risks insurance NYAMAGABE Global asset all risks insurance KARONGI Global asset all risks insurance HUYE Global asset all risks insurance GASABO Global asset all risks insurance NYAGATARE Global asset all risks insurance Kiyovu FAIR VALUE (Rwf) 35,524,000 Global asset all risks insurance 33,522,000 29,405,000 33,702,000 43,550,000 33,850,000 34,839,000 30,212,000 35,467,000 34,457,000 27,405,000 40,383,000 50,400,000 30,983,000 7,110,466,900 2. INVESTMENT PROPERTIES AND BUILDINGS No. Description LOCATION Insured Risk FAIR VALUE (Rwf) 1. Nyarugenge Global asset all risks 21,845,235,000 Grand Pension Plaza Page 62 of 83 insurance Global asset all risks insurance 4. Rwamagana Pension Plaza Rwamagana 5. Nyanza Pension Plaza Nyanza Global asset all risks insurance 3,525,597,000 6. Karongi Pension Plaza Karongi 3,557,141,000 7. Musanze Pension Plaza Musanze 8. Lifts (2) of Musanze Pension Plaza 450 KVA Generator at Musanze Automatic Voltage Regulator Stero Stab at Musanze Pension Plaza. Musanze Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Gasabo 16. H1 Kacyiru Estate Gasabo 17. 2020 Estate Gaculiro (Type A) 37 houses 2020 Estate Gaculiro (Type B) 43 houses 2020 Estate Gaculiro (Type C) 21 houses 2020 Estate Gaculiro (Type D) 21 houses 315KVA Transformer of Karongi 315KVA Transformer of Nyanza 315KVA Transformer of Rwamagana 315KVA Transformer of Musanze Generator of KEA Gasabo 450 KVA Generator at Karongi Karongi Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance 6,118,145,000 12. KACYIRU EXECUTIVE APARTMENT (KEA) Centre Socio-Recreatif 9. 10. 11. 18. 19. 20. 23. 24. 25. 26. 29. 31. Musanze Musanze Gasabo Gasabo Gasabo Gaculiro Karongi Nyanza Rwamagana Musanze Gasabo 3,524,311,000 4,528,114,000 183,366,000 100,000,000 34,460,000 565,048,093 75,063,954 814,000,000 989,000,000 546,000,000 702,000,000 56,609,600 56,609,600 56,609,600 56,609,600 169,596,836 100,000,000 Page 63 of 83 32. 33. 37. 40. 41. 42. 45. 46 47 48 49 450 KVA Generator at Nyanza 450 KVA Generator at Rwamagana Lifts (4)of KEA Nyanza Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance Global asset all risks insurance 100,000,000 Lifts (2) of Karongi Pension Plaza Lifts (2) of Nyanza Pension Plaza Lifts (2) of Rwamagana Pension Plaza Automatic Voltage Regulator Stero Stab at Karongi Pension Plaza. Automatic Voltage Regulator Stero Stab at Nyanza Pension Plaza. Automatic Voltage Regulator Stero Stab at Rwamagana Pension Plaza. CRYSTAL PLAZZA BUILDING MUTARA SHOW ROM Karongi Nyanza Global asset all risks insurance 34,460,000 Rwamagana Global asset all risks insurance 34,460,000 Kigali City Global asset all risks insurance Global asset all risks insurance 1,160,000,000 Rwamagana Gasabo Nyanza Rwamagana Karongi Kigali City 100,000,000 198,220,000 137,525,000 137,525,000 137,525,000 34,460,000 840,000,000 3. OTHER ELECTRICAL EQUIPMENTS No. Items to be insured 1. Generator 18KVA Date of Cost (Rwf) acquisition 31/10/2008 9,954,527 2. Generator 17,6 KVA 16/06/2009 3. 4. Quantity Total Cost (Rwf) 1 9,954,527 9,706,845 1 Transformer 06/05/2010 MTQCM1000KVA/15KV 56,947,800 1 SWITCHGEAR 1000A 15,000,000 1 20/04/2011 Proposed type of insurance. Fire insurance -Electrical and electronic damages 9,706,845 Fire insurance -Electrical and electronic damages 56,947,800 Fire insurance -Electrical and electronic damages 15,000,000 Fire insurance Page 64 of 83 100KA 1 -Electrical and electronic damages 27,500,000 Fire insurance -Electrical and electronic damage 26000,000 Fire insurance -Electrical and electronic damage 160,000,000 Fire insurance -Electrical and electronic damage 5. SWITCHGEAR 1000A 225KVA 20/04/2011 27,500,000 6. SWITCHGEAR1000A 225KA 20/04/2011 26,000,000 1 7. GENERATORS 20/04/2011 80,000,000 2 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 1. Photocopieuse CANON: -CNHNB09273 Date of Cost of Quantity Total Cost acquisition acquisition (Rwf) per item (Rwf) 02/04/2009 4,840,000 1 4,840,000 Proposed type of insurance. Comprehensi ve insurance Page 65 of 83 2. 3. 4. Photocopieuse CANON IR 2545i: 1.(21) FVA30112 2.(21) FVA30121 3. (21) FVA30117 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 Printer HP Laser jet Black and White HP 2055DN: CNCKB93009 CNCKB93007 CNCKB93014 CNCKB93004 CNCKB93013 CNCKB93018 CNCKB93023 CNCKB93020 CNCKB93021 CNCKB93010 CNCKB92025 CNCKB93022 CNCKB93001 CNCGB11697 CNCGB11705 CNCKB93003 CNCKB93006 CNCKB93008 CNCKB93110 CNCKB93029 22/11/2010 15,840,000 3 47,520,000 Comprehensi ve insurance 22/11/2010 924,000 15 13,860,000 Comprehensi ve insurance 22/11/2010 384,000 20 7,680,000 Comprehensi ve insurance Page 66 of 83 5. Printer HP colour Laser Jet HP CP2025DN: 22/11/2010 677,250 2 7. Scanner jujitsu FI-60F 22/11/2010 396,000 10 9. Firewall 26/07/2010 1,020,000 1 10. Cisco 2811HQ Routeur 03/02/2010 1,201,830 1 11. Cisco Routeur 26/07/2009 700,000 14 Scanner frat Bod Projector and Screen Epson Laptops: CNU0022WDJ CNU0022V2N CNU0022TF8 CNU0022RNP CNU0022SLM CNU0022SC2 CNU0022SMJ CNU0022T1J CNU0022WFC CNU0022TX2 12/04/2010 500,000 5 25/11/2010 1,900,000 580,000 2 12. 13. 14 1,354,500 Comprehensi ve insurance 3,960,000 Comprehensi ve insurance 1,020,000 Comprehensi ve insurance 1,201,830 Comprehensi ve insurance 9,800,000 Comprehensi ve insurance Comprehensi 2,500,000 ve insurance Comprehensi 3,800,000 ve insurance 10 5,800,000 Comprehensiv e insurance 12/04/2010 15. Laptop G62 (94) 1 4CZ0200QFP 2 4CZ0200QHO 3 4CZ0200Q8J 25/11/2010 580,000 94 54,520,000 Page 67 of 83 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 26 4CZ0200QB2 Page 68 of 83 27 28 4CZ0200Q8L 4CZ0221J5N 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 4CZ0200QHL 4CZ0221HNZ 4CZ0200QB6 4CZ0221HQN 4CZ0200Q6S 4CZ0221J2F 4CZ0200Q8P 4CZ0200QCN 4CZ0200QH4 4CZ0221J6G 4CZ0221HMC 4CZ0221HPY 4CZ0221HNH 4CZ0200QDB 4CZ0200QHY 4CZ0221HQR 4CZ0200QCM 4CZ0221J4Q 4CZ0221HMC 4CZ0200QB5 4CZ0221J45 4CZ0221HYD 4CZ0221J28 4CZ0221HSQ 4CZ0200Q62 4CZ0221JO3 4CZ0221JOF 4CZ0200QDF 4CZ0200QGW 4CZ0200QC9 4CZ0200Q58 4CZ0221J4Y 4CZ0221HPF 4CZ0221HN1 4CZ0221J12 4CZ0200Q9Y 4CZ0221CZS 4CZ0221HWZ 4CZ0221HWO 4CZ0200Q98 4CZ0221HQB CNF0478VBF Page 69 of 83 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95. 4CZ0200QC3 4CZ0221J52 4CZ0200QD1 4CZ0221HZP 4CZ0200QD2 4CZ0200Q6W 4CZ0221J4B 4CZ0221HP1 4CZ0221HT2 4CZ0221J50 4CZ0221HXL 4CZ0200Q9W 4CZ0221HWW 4CZ0200QDD 4CZ0221J51 4CZ0221HLG 4CZ0221J3J 4CZ0200QD4 4CZ0200Q7H 4CZ0221HQ9 4CZ0200Q8X 4CZ0200Q8Y CNF0478VB3 CNF0478W4C Laptop HP HP G60 3CG8491WJG HP G60 3CG9144J3F 3CG9125367 05/10/2009 520,000 3 1,560,000 Comprehensi ve insurance 5. IT AND OTHER COMMUNICATION EQUIPMENTS EQUIPMENT'S NAME S/N 1 Conference system Equipement de 2 sonorisation 3 Firewall TYPE OR BRAND BOSCH CPU COMPUTER AMPLIFIER PROJECTOR RECORDER DVD READER CISCO PIX 515E SERIAL NUMBER 20050030 FXDB083100682 010840850 0004465 0018591 CNM7Y3PBRA PRICE OF ACQUISITION DATE OF (frw) ACQUISITION 113688861 2009 6763845 2009 4012350 27/11/2006 Page 70 of 83 CISCO 3810 CISCO IPS 4240 SENSOR CISCO IPS 4240 SENSOR CISCO 2801 CISCO 2801 3832506 Janvier 2008 JMX1539X03J 5086000 02/11/2011 JMX1539X03H FCZ1410926D 5086000 796060 02/11/2011 25/06/2010 25/06/2010 FCZ1410926Q 796060 Cisco 2801 25/06/2010 FCZ14109268 796060 CISCO 2801 25/06/2010 FCZ1410926A 4 ROUTERS 25/06/2010 FCZ14109269 5 SERVER 6 SERVER 7 SERVER 8 SERVER Queue Management 9 System 10 11 12 13 14 15 16 17 18 19 S/N 1. 796060 CISCO 2801 HP Proliand ML 530 HP Proliant ML 570 G4 HP Proliant ML 570 G3 DELL PowerEdge 10157945 2006 GB8729MEV7 16860000 29/8/2007 GB8637LT2M 7513986 29/8/2007 2524153 June/2009 15129500 2009 66694555 3520707 16095703 19190884 2000000 2000000 2000000 2000000 2009 2009 2009 November/2006 November/2006 November/2006 November/2006 November/2006 3803625 2005 Group type GSW415V moteur VOLVO GENERATOR pw 378KVA. (PRAMAC) SMART UPS VT IS0802008147 Onduleur 10KVA SMART UPS VT PS0809340491 Onduleur 40KVA APC Silcon Onduleur 40KVA CANON IR2020 KRP11604 Photocopying CANON IR2020 KRP11534 Photocopying CANON IR2020 kRP07019 Photocopying CANON IR2020 Krp11617 Photocopying KYOCERA KM4035 AJL3035979 Photocopying OMNI PCX BAN00830399256 Centrale telephonique (Main and expansion) BAN00830399257 6. IT EQUIPMENT BOUGHT IN 2010 Equipment’s Type Name SWITCHES CISCO catalyst 796060 122996701 2009 Quantity Rate(RWF) Total(RWF) Acquisition Date 34 25/06/2010 912.485 31.024.490 Page 71 of 83 2960 48 port CISCO catalyst 2960 24 port CISCO catalyst 2960 8 port NetApp BSWITCH-300-R5 48 482.610 23.165.280 25/06/2010 14 303.500 4.249.000 25/06/2010 1 8.902.110 8.902.110 25/06/2010 7. LAPTOP HP PROBOOK 4530S S/N 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Equipment’s name Laptop HP ProBook 4530s Serial Number CNU1292UD8 CNU1292Y7L CNU1292QX4 CNU1292STZ CNU1292MBP CNU1292S46 CNU1292ZWB CNU1292M1S CNU1292QQ3 CNU1292T6J CNU1292ZL9 CNU1292FPZ CNU1292RD9 CNU1292LVQ CNU1292KZY CNU1292X64 CNU1294W94 CNU1292YFX CNU1292LSR CNU1292NPQ CNU1292M61 CNU1294DRG CNU129429F CNU1292R6F CNU1292PNS CNU1292W1T CNU1292RNF CNU1292Y8V CNU1292RL9 CNU1292QYS CNU1292SFC CNU1292TZ4 CNU1292S8H Date of Acquisition 11/10/2011 Price of Acquisition(frw) 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 Page 72 of 83 34 35 36 37 38 39 40 41 42 43 44 45 46 47 CNU1292SGX CNU128413K CNU1292T6L CNU1292SM3 CNU1292QHQ CNU1292Z0B CNU1292TB3 CNU1292T3J CNU1294WN6 CNU1292M9G CNU1292MY9 CNU1292W9T CNU1292HPW CNU1292HP4 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 355.000 48 49 50 51 TOTAL AMOUNT CNU1292HJT CNU1292F9R CNU1292YFS CNU1292QLD 355.000 355.000 355.000 355.000 18,105,000 8. STORAGE S/N Equipment’s name 1. 2. NetApp FAS 2020A –R5 NetApp FAS 2020A –R5 Serial Number 500000096324 500000034780 Price of Acquisition(frw) 19.009.380 11.164.235 Date of Acquisition 28/09/2010 28/09/2010 9. Photocopy machines No Model 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Serial number 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J THS11415 THS11395 THW36446 THS11383 THW32806 THS11387 THW32802 THW30810 THW36449 THS11341 THW32929 THW26444 THW32804 THS11416 Date of acquisition 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 Price of acquisition 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 Page 73 of 83 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR Canon IR 2520 10. No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J 1018J THW34352 THW35449 THS11407 THW32931 THW35450 THW32933 THW32932 THW35439 THW32809 THW32808 THW35447 THW35448 THW34318 THW36438 THW35429 THS11346 33070178 33070179 33070180 33070181 33070182 33070183 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 14/04/2008 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 715.000 1.888.000 1.888.000 1.888.000 1.888.000 1.888.000 1.888.000 24/06/2011 RSSB LAPTOPS HELD BY STAFF SERIAL No 2CE24104RK 2CE24104R4 2CE2411GV8 2CE2411GT7 2CE2411GTW 2CE2410VWB 2CE2340JYB 2CE2410VX5 2CE2411GTX 2CE24104VG 2CE24104SX 2CE24104TQ 2CE2340JXN 2CE2410VX8 No 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 SERIAL No 2CE24104S8 2CE2410VWR 2CE2410VW8 2CE2411GWV 2CE2400B80 2CE24104R6 2CE24104WR 2CE24104WC 2CE24104W8 2CE24104SG 2CE24104VT 2CE2410VY4 2CE2410VX3 2CE24104VL 2CE2410VX7 No 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 SERIAL No 2CE24104S7 2CE24104WK 2CE24104R9 2CE24104VQ 2CE2411GSX 2CE24104WN 2CE2411GTL 2CE24104VZ 2CE24104TC 2CE24104Wl 2CE2411GV4 2CE24104WG 2CE2410VZO CE2400BP5 2CE2411GSZ No 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 SERIAL No 2CE24104WH 2CE24104WJ 2CE24104WT 2CE2340JW9 2CE24104RD 2CE2340JW7 2CE2411GVD 2CE2411GV6 2CE2340JXG 2CE24104SW 2CE24104W7 2CE2411GW4 2CE2410VYS 2CE2411GVK 2CE24104VR Page 74 of 83 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 2CE24104W9 2CE24314QN 2CE24104ST 2CE2411GW6 2CE2411GM4 2CE2411GTZ 2CE2411GVZ 2CE2411GV9 2CE24104W2 2CE24104RY 2CE24104T4 2CE2410VYY 2CE2411GW1 2CE2411GP4 2CE2411GWM 2CE24314PK 2CE24104S3 2CE24104VX 2CE2410VYG 2CE2411GTQ 2CE24104TW 2CE24104WV 2CE24104R7 2CE2411GWP CNU2221KJN CNU2221KLG CNU2221KJK CNU2221KP3 CNU2221KGK CNU2221KFM CNU2221KFP CNU2221KHB CNU2221KP4 CNU2221KFY CNU2221KF8 CNU2221KJR CNU2221KHJ CNU2221KM1 CNU2221KNW CNU2221KJV CNU2221KKL 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 173 174 175 176 177 178 179 180 181 182 183 184 185 186 187 188 189 2CE2410VX1 2CE2411GWX 2CE2411GT9 2CE24104WD 2CE2411GVM 2CE2411GTS 2CE2411GVF 2CE24104VK 2CE24104VB 2CE2410VYW 2CE24104RM 2CE2411GWG 2CE2411GV5 2CE2410VXO 2CE24104SM 2CE24104VC 2CE2340JSS 2CE2411GV2 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 2CE2411GTI 113 2CE24104TN 114 2CE2411GV3 115 2CE2400BQO 116 2CE2340JXZ 117 CNU2221KL9 190 CNU2221KGZ 191 CNU2221KFT 192 CNU2221KF4 193 CNU2221KJ5 194 CNU2221KKR 195 CNU2221KKV 196 CNU2221KKW 197 CNU2221KL0 198 CNU2221KKF 199 CNU2221KHR 200 CNU2221KLR 201 CNU2200RKX 202 CNU2221KPF 203 CNU2221KL4 204 CNU2221KLQ 205 CNU2221KJ9 206 2CE2411GWO 2CE2400BK5 2CE2411GT3 2CE2340JY5 2CE24104R6 2CE24104TR 2CE2411GW9 2CE24104T3 2CE24104SP 2CE2340JT5 2CE2400B2Z 2CE2411GLG 2CE2410VYP 2CE2411GV7 2CE2410VX6 2CE24104VP 2CE24104VY 2CE2411GLZ 2CE2411GTG 2CE2411GVL 2CE24104RH 2CE2340JWL 2CE24104TV 2CE24104SC CNU2221KK5 CNU2221KJD CNU2221KK1 CNU2221KGG CNU2221KHF CNU2221KLJ CNU2221KL8 CNU2221KK0 CNU2221KHX CNU2221KKY CNU2221KHL CNU2221KL3 CNU2221KFC CNU2221KHZ CNU2221KG8 CNU2221KLZ CNU2221KHW 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 2CE2411GSY 2CE2400BCJ 2CE2400B92 2CE24104VS 2CE2411GTP 2CE2410VXT 2CE24104V2 2CE24104R2 2CE24104RJ 2CE2411GWW 2CE24104S6 2CE24314PL 2CE2410VWF 2CE24104TL 2CE2411GV1 2CE24104RS 2CE24104TO 2CE2410VYC 2CE2411GM1 2CE2410VWK 2CE2340JYX 2CE2411GM2 2CE2410VX9 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 CNU2200R88 CNU2221KLL CNU2221KLN CNU2221KL1 CNU2221KFW CNU2221KGP CNU2221KGF CNU2221KHP CNU2221KFL CNU2221KJT CNU2221KGB CNU2221KM8 CNU2221KK4 CNU2221KFF CNU2221KH7 CNU2221KKC Page 75 of 83 224 225 226 227 228 229 230 231 232 234 235 236 237 238 239 240 241 242 243 244 2CE2242BDL 2CE2242BG1 2CE2242BDW 2CE2242BH8 2CE2242BCP 2CE2242BH2 2CE2242BC8 2CE2242BDY 2CE2242BF9 2CE2242BFP 2CE2242BD0 2CE2242BC2 2CE2242BDZ 2CE2242BBQ 2CE2242BC2 2CE2242BFH 2CE2242BCJ 2CE2242BDF 2CE2242BHB 2CE2242BCN 246 247 248 249 250 251 252 253 254 256 257 258 259 260 261 262 263 264 265 266 2CE2242BFD 2CE2242BCZ 233 2CE2242BDK 245 2CE2242BGR 2CE2242BF5 2CE2242BDJ 2CE2242BHD 2CE2242BD7 2CE2242BCX 2CE2242BGH 2CE2242BD8 2CE2242BC9 2CE2242BF8 2CE2242BBS 2CE2242BG0 2CE2242BC1 2CE2242BDN 2CE2242BDD 2CE2242BD1 2CE2242BD2 2CE2242BCR 2CE2242BCB 131,237,000 TOTAL AMOUNT 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 1 2 3 4 5 6 YAMAHA AG-100 MOTO YAMAHA AG-100 MOTO YAMAHA AG-100 MOTO YAMAHA AG-100 MOTO YAMAHA AG-100 MOTO YAMAHA AG-100 Reg. No Chassis No Y.O.M Nber Occ. Value GRM989A 3HA097675 2001 2 1 395 000 GRM541B 3HA097564 2001 2 1 395 000 GRM726B 3HA116784 2001 2 1 395 000 GRM727B JYA3HA00000116677 2004 2 1 180 000 GRM728B JYA3HA00000116680 GRM729B 3HA116781 2004 2004 2 2 2 480 000 2 480 000 Page 76 of 83 7 8 9 10 11 12 13 14 MOTO YAMAHA AG-100 MOTO FORD RANGER ROVER D/C FORD RANGER ROVER D/C FORD RANGER ROVER D/C NISSAN HARD BODY TOYOTA HILUX D/C TOYOTA HILUX D/C TOYOTA HILUX D/C GRM730B 3HA116786 2004 2 2 480 000 GR627C MNCBSFE806W527038 2006 5 18 957 957 GR628C MNCBSFE806W526748 2006 5 18 957 957 GR629C MNCBSFE806W527076 2006 5 18 957 957 GR631C ADNCJ970000E000282 2007 5 16 083 000 GR072D AHTFR22G906041717 2011 5 27 333 000 GR071D AHTFR22G706041717 2011 5 27 333 000 GR073D AHTFR22G406041415 2011 5 27 333 000 TOTAL 167 760 871 LIST OF TENANTS WHO ARE STILL UNDER MORTGAGE SYSTEM N Beneficiairy HOUSES TYPE A Nº Hse 1 KALIMBA Bazile 6 2 MUGWIZA Désiré 7 3 RUTAYISIRE J. Claude/KARURETWA Grace 8 4 NDEGEYA James 9 5 KARANGWAYIRE Consolate 10 6 MUGISHA Juliet 11 7 MUGISHA MOSES 12 8 NYINAWINGERI Angélique/Gasengayire Aline 16 9 BIKORIMANA Joseph 19 MUREFU Aimé 20 10 Monthly pyt 150,000 Type Value A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 150,000 A 22,000,000 238,478 150,000 150,000 150,000 150,000 150,000 218,015 218,015 Page 77 of 83 22,000,000 11 UMUGABEKAZI KARURETWA Marie 21 12 SALAMU Vincent/Cpte MUGISHA John 23 13 BWANAKWERI Marie Paule SROUJI 26 14 MUJAWASE Domitille 57 15 BAMUHONGERWA Dahlia 59 16 LUTTA Fred 60 17 BUTERA Protais 61 18 NGABONZIZA M.Alphonse 62 19 MUNYAKAZI Bosco 64 20 HUBER Christophe/Cpte de KALIMBA Francis 65 21 RWABUKAYIRE B.Straton 69 22 MUKASINE Nathalie 76 23 NYIRUBUTAMA J. Paul 77 24 NYIRAMUZIMA Odette 79 25 KARUSISI Ruki 81 26 KALIKESHA Marie Claire Diane 82 27 RWABUSAZA Innocent 83 28 RUTERA Huguette 86 29 KAREMERA Pierre 123 30 MUGANZA Canisius 126 31 NSABIMANA James 137 32 MPINGANZIMA Scolastique 140 125,526 150,000 150,000 237,633 150,000 150,000 216,914 150,000 237,633 150,000 150,000 284,072 218,015 192,597 150,000 218,015 224,431 218,015 237,633 205,903 192,597 218,015 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 Page 78 of 83 33 INGABIRE Louise/Nsegiyumva Arthemon 144 34 MUNYANGABE Pacifique 157 35 HATUNGIMANA Stany/AMBALAGAN D.SWAMY 158 36 RWANKINEZA ISAAC (BTCE) 159 37 KANGEYO Noelle 28 232,233 218,015 284,072 284,072 179,331 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 A 22,000,000 814,000,000 HOUSES TYPE B 38 KAYONGA Denise 30 39 MAZIYATEKE Claire 31 40 MUHORAKEYE Clarisse 32 41 DUKUZE Monique 34 42 KALIMBA Francis 37 43 MUTEMBE Tessy 38 44 UWIMANA Marguerite 39 45 KANIMBA Jean Bosco 40 46 RUGOMBOKA R. Emmanuel 41 47 KAYINAMURA Edith 48 48 RUGAMBA Rosette 53 49 BAKURAMUTSA INGABIRE Anitha 89 50 KAYIRANGA Keza 93 51 KAYIRANGA Lyn 94 52 MUNYURA Pierre 97 53 KAYIRANGWA Bernadette 99 248,435 296,984 296,984 160,000 160,000 160,000 160,000 160,000 160,000 78,743 160,000 248,435 160,000 160,000 248,435 193,429 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 Page 79 of 83 54 Stella Mujah-C/O GASANA Bart 100 55 KALIMBA Fred 102 56 RUGANGO Arthur 104 57 GASHONGAYIRE Yvette 105 58 GATO J.De Dieu 111 59 MUKANGAHE Eric/Gatari Uwayo Francine 113 60 KAYIRANGA Lévi 115 61 RURANGWA Joseph 116 62 MUKANGIRA Ancille 117 63 UMULISA MIRENGE Elise 118 64 KAMANZI Françoise 55 65 NZAMWITA NTABWOBA Toy 127 66 MUHIKIRA ILYAMBABAZI Ida 129 67 RUGERI Umulisa Célestine/Nkusi christ 130 68 NGARAMBE NGOGA 132 69 NTAGANZWA Joseph 134 70 RWABUKERA BANGEMU Olivier 170 71 GAKUBA RUBOJO EGIDE 135 72 KAYIRANGA Kenzo 163 73 BUCAGU Liliane 169 74 KATAREBE Alphonse 171 75 GIHANA MULENGA Patrick/Kalimba Linda 173 76 MUGENZI J.Claude 174 248,435 160,000 160,000 248,435 160,000 160,000 160,000 160,000 160,000 160,000 485,741 160,000 160,000 160,000 160,000 160,000 160,000 160,000 160,000 160,000 160,000 160,000 263,986 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 Page 80 of 83 77 MUTONI Emily 175 78 RUZINDANA KYAMPAYIRE Lilian 178 79 RUZIBUKIRA Alexis 183 80 NTAGUNGIRA Carpophore 56 248,435 160,000 160,000 485,741 B 23,000,000 B 23,000,000 B 23,000,000 B 23,000,000 989,000,000 HOUSES TYPE D 81 UMULISA CONDO Chantal/ MUBILIGI Jean Pierre 188 82 MUHIRWA Richard( CSS) 200 83 MUDASIGWA Alphonse/ UWANTEGE Liliane 203 84 KAYIHURA John 205 85 NDAGIJIMANA Uzziel 207 86 MUNYANDEKWE Oswald 208 87 RWAGASANA Francine 209 88 UWANYIRIGIRA Régine 212 89 BIRORI Joseph(Primates Safari) 214 90 MANZI MWEZI Eric 215 91 NTAGERUKA KASSIM 216 92 MUSHASHI Dora Sekoko( doyelcy ltd) 220 93 MUSHASHI Yen Sekoko( doyelcy ltd) 221 94 GATARI Innocent 251 95 MUKANDEKEZI Théodosie 252 96 MUTAGANZWA Diogène 257 97 VALAPPAKATH NELVY Antao 261 180,000 257,654 276,038 180,000 281,429 226,810 180,000 180,000 190,000 180,000 180,000 180,000 180,000 180,000 180,000 180,000 301,300 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 Page 81 of 83 98 KYARUHINDA Derreck/Cpte de NDUNGUTSE Joy 262 99 KATAREBE Joseph/UWINEZA Joséphine 265 100 NDUNGUTSE Joy 266 101 BUNYENYEZI KATAREBE Chantal 267 102 KALISA MUHIGIRWA Guy 269 103 KAYIHURA Christian 272 104 RUBAGENGA Emery 299 105 KAREGEYA Léah 202 106 GATEMBASI J.Baptiste 273 180,000 180,000 180,000 180,000 150,000 180,000 180,000 180,000 335,722 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 D 27,000,000 702,000,000 HOUSES TYPE C 107 UMULISA BARTSON Alphonse 224 108 KAREKEZI Corneille 227 109 KIRENGA CLAVER (UMUTONI Juliet) 229 110 RUTAZIBWA Eugène 230 111 GAKUBA Rwagasore Solange 236 112 BUTERA J Damascène/KAYITESHONGA Yvonne 238 113 Mbanza Matabaro Boniface 240 114 HATEGEKIMANA Jerome 241 115 HATEGEKIMANA Christine 242 116 HAGUMA RUGWIZA Anita 244 117 BIMENYIMANA USABUWERA Martin 276 118 RUBEGA Eric 277 329,265 190,000 190,000 162,022 190,000 190,000 246,034 235,534 235,534 190,000 190,000 190,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 Page 82 of 83 119 UWIZEYIMANA Straton 279 120 KALISA MBANDA 284 121 KAYIGI P.Claver 287 122 KARANGWA Raymond 289 123 UMUNYANA MANZI Nadine 290 124 KANAMUGIRE DAVID 294 125 KATERPILLARI/uwizigiye aline gloriose 195 126 MUSHINZIMANA Tharcisse 297 127 MBARAGA Alexis 275 291,641 291,641 236,541 190,000 190,000 190,000 268,205 236,541 291,641 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 C 26,000,000 546,000,000 GRAND TOTAL 3,051,000,000
© Copyright 2026 Paperzz