B –Detailed Experience of the Insurance Brokers

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