Skip to main content

Request for Proposal for Rehabilitation of Water Supply Systems Located in Rulindo and Gicumbi Districts

Water For People-

Water For People (WFP) is a global nonprofit working across nine countries, bringing together communities, local entrepreneurs, and governments to build and maintain water and sanitation services that will last. We have a sustainable solution to end the global water and sanitation crisis, and our employees across the world help drive this solution.

Rate this employer
Average: 4 (53 votes)

REQUEST FOR PROPOSAL FOR REHABILITATION OF WATER SUPPLY SYSTEMS LOCATED IN RULINDO AND GICUMBI DISTRICTS

INTRODUCTION

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

Water For People is committed to supporting all communities, schools, and healthcare facilities in Rulindo, Gicumbi, Karongi, Gisagara and Nyamagabe in gaining access to sustainable water, sanitation, and hygiene services. In this connection, Water For People partners with government institutions to improve access to sustainable WASH Services by supporting the construction of water supply systems and hygiene and sanitation facilities. 

As part of this effort, Water For People, in collaboration with Rulindo and Gicumbi Districts, would like to hire the services of an experienced construction firm to rehabilitate Marenge, Mutagata, Nyamagana and Tare water supply systems of Rulindo District and Murama-Rwamiko-Bukure of Gicumbi District.

SCOPE OF WORK

  • The location of the project is in Rulindo District
  • The works will include pipeline and adjacent civil works as described in the BoQ 
  • Study review and provision of as-built plans/drawings after rehabilitation works

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

TECHNICAL PROPOSAL

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

Company profile and administrative documents

The company must provide the following administrative documents:

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

Company experience

The desired company/firm should meet the following criteria:

  • General Experience of the company in the field of water supply project implementation 
  • Having completed 3 water supply projects of a value over a 100 million Rwandan francs within the last 3 years proven by certificates of good completion or provisional handover.

Equipment 

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

  • One truck with 5mof capacity.
  • One concrete vibrator. 
  • One pickup (4WD)

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

Team composition and required Skills

The company/firm should have the following staff members:

  • Project Manager: A civil/Hydraulic engineer A0 with a minimum of 5 years of experience in the construction sector
  • A site engineer: A certified civil engineer A0 with a minimum of 3 years of experience in the construction of water supply projects or A1 with a minimum of 5 years of experience in similar works.
  • A site foreman: A2 diploma in construction or plumbing with a minimum of 5 years of experience in water supply with a focus on pipe-laying.

All staff will present an updated Curriculum Vitae duly signed by the staff him/herself and notarized academic documents with relevant certificate of service rendered to prove the required experience.

FINANCIAL PROPOSAL

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

A. REHABILITATION OF WATER SUPPLY SYSTEMS IN RULINDO DISTRICT

Rehabilitation of Marenge Pumping Station, Nyamagana,Tare and Mutagata WSS

Item N°

DESCRIPTION 

Unit

QTY 

RATE (Tax inclusive) 

AMOUNT 

1

SITE INSTALLATION AND DRAWINGS

1.1

Preparation of the site according to technical specifications; mobilization of the material and its transport on the site, installation of the site, storage, guarding. Site preparation also includes, site clearance, removal of topsoil, levelling or any shaping necessary to the installations of the site together with all the cut and fill necessary to this end including putting in place two metalic site billboards according to the client's instructions and including all accruals. The estimated cost for this item is maintained all through to the completion of the works. 

LS

1.00 

1.3

Design review and production of work execution documents, and including all accruals, and as built plans documents (soft and hard copies) 

LS

1.00 

SUBTOTAL DIVISION 1:

1. Rehabilitation of Marenge Pumping Station

1.1

Recapture of Marenge water sources

1.1.1 

Site clearance, removal of top vegetable soil, and site leveling or any shaping necessary

m2

50.24 

1.1.2 

Earthwork, cut, fill and evacuation or overlay of all type of soils, including all accruals

m3

803.84 

1.1.3 

Supply and fix PVC strainer DE75 DN60 PN16 with strainer from the source to the starting chamber, including all accruals 

Pcs

4.00 

1.1.4 

Supply and fix rolled filitrant river gravel, well washed up to 60 cm height, including all accruals

m3

18.00 

1.1.5 

Supply and fix plastic tight sheet with the top of the gravel folded in 3 layers, including all accruals

m2

12.00 

1.1.6 

Fill with clay for a tight layer of 30 cm 

m3

15.00 

1.1.7 

Fill with fine grained soil to a layer of 15 cm on top of the clay, including all accruals

m3

75.00 

1.1.8 

Fill with soils without roots and other organic matter by compacting each time layers of 20 cm up to the level of the original ground, including all accruals

m3

120.00 

1.1.9 

Excavate a trench of protection of the source up to 80 cm depth. The bottom width 50 cm, including all accruals. 

m3

52.80 

1.1.10 

Put in place a protective fence of quickset hedge in euphorbiums including all accruals

lm

96.00 

1.1.11 

Plant passparum around the zone of harnessing, including all accruals

m2

175.84 

1.1.12 

Construction protection retaining wall for source catchment

LS

1.00 

1.1.13 

Water Quality Test (Physcal,Chemical and Biological Elements)

LS

1.00 

S/Total

1.2 

Construction of Drainage Channel uphill of suction tanks

1.2.1 

Earthworks cut, fill and evacuation or overlay of the surplus soils, including all accruals 

m3

5.76

1.2.2 

Terracing, digging, cutting, excavation, backfilling, overlay of surplus soil and land remediation, including all acruals

m3

24.96

1.2.3 

Blind concrete class C, thickness 10 cm

m3

1.44

1.2.4 

Stone masonry with all finishing (Mixing ratio 1:3) for open channel

m3

26.40

1.2.5 

Plain concrete on the bottom (5cm thick)

m3

0.36

1.2.6 

Supply, Planting of Napier Grasss(4cm Intervsl) including Soil Preparation.

m2

12

S/Total

1.3

Construction of Retaining wall near Pump House and Protection of Suction Tank (60m3)

1.3.1

Remove of constructed Gabion and Stone

LS

1

1.3.2

Excavation for Foundation trenches

m3 

67.2

1.3.3

Blinding concrete class 15 of 50mm thick under the stone masonry.

m3 

31.68

1.3.4

Construction of stone masonry retaining wall in hard quarry stone bedded and jointed in cement sand motar (1:4) including weepholes 63mm diameter including pointing using the existing stones.

m3 

161

1.3.5

RCC Column for strenghening masonry retaining wall

LS 

1

1.3.6

Screeding on the top of stone masonry of 50mm thick cement mortar with mix ratio 1:3.

m2 

15.84

S/Total

SUBTOTAL DIVISION 2:

2. Rehabilitation of NYAMAGANA WSS

2.1

Rehabilitation of Reservoir 25m3 at Sakara Puming Station

2.1.1

The cost shall cover all activities of stripping or removing and disposal of old external joints of wall. 

m2

38.43

2.1.2

Rejointing external surfaces. 

m2

38.43

2.1.3

The cost shall cover all activities of stripping or removing and disposal of old internal coating.

m2

41.52

2.1.4

Coating of the internal face of wall of the tank with 3 hydrafuges water proofing coats. 

m2

41.52

2.1.5

Supply and coating the faces of the tank with 3 layers of "Sikalatex" paint. 

m2

41.52

2.1.6

Suply and installation wire mesh,thick 1,5mm

m2

41.52

2.1.7

Coating of the internal side of wall of the inspection chamber with 3 layers of plaster of 300 kg ciment mixture and external rejointing. 

m2

27.20

2.1.8

Supply and installation of non-return valve (clapet anti-retour) DN100 PN16 At the inlet of KINIHIRA Booster Pump

LS

1.00

S/Total

2.2

Rehabilitation of Reservoir 5m3 at GS Mutara

2.2.1

The cost shall cover all activities of stripping or removing and disposal of old external joints of wall. 

m3

7.69

2.2.2

Rejointing external surfaces. 

m2

7.69

2.2.3

The cost shall cover all activities of stripping or removing and disposal of old internal coating.

m2

8.30

2.2.4

Coating of the internal face of wall of the tank with 3 hydrafuges water proofing coats. 

m2

8.30

2.2.5

Supply and coating the faces of the tank with 3 layers of "Sikalatex" paint. 

m2

8.30

2.2.6

Suply and installation wire mesh,thick 1,5mm

m2

8.30

2.2.7

Coating of the internal side of wall of the inspection chamber with 3 layers of plaster of 300 kg ciment mixture and external rejointing. 

m2

5.44

S/Total

2.3 Rehabilitation of 8 Water Points located at Kinihira pumping station, in Kinihira Center, (three) at Ndusu village, Karegamazi Center,at Bwishya, at Ntungura, At Kiyebe, and Metallic Cover for 4 chambers

2.3.1

Excavation and backfilling in loose ground up to 1.1 m depth and 0.6m width,including all accruals.

lm

320

2.3.2

Supply and installation of Nipples ¾"

Pcs

40

2.3.3

Supply and installation of Valves ¾" AG

Pcs

16

2.3.4

Supply and Installation of Robinet (tap) ¾"

Pcs

13

2.3.5

Supply and Installation of Coude (elbow) ¾"

Pcs

36

2.3.6

Supply and Installation of Mancho Simple ¾" (coupling)

Pcs

21

2.3.7

Supply and installation of Raccord Union ¾" AG

Pcs

22

2.3.8

Metallic Cover Trapion (chamber covers) 60*60*0.3

Pcs

7

2.3.9

Supply and installation of volumetric water meter with at least nominal flow rate of 1.5m3/h and max admissible pressure of 16 bar and Filters

Pcs

7

2.3.10

Teflon 

LS

1

2.3.11

Padlocks 

Pcs

20

2.3.12

Supply and installation of Metallic Door (50cm*80cm)

Pcs

2

2.3.13

Supply and Installation of GANGA 3/4

LM

17

2.3.14

Supply and Installation of float valveS (1Pc for 75 & 4Pcs for 32)

LS

1

2.3.15

Supply and Installation of HDPE pipes DN32 PN 16

LM

320

2.3.16

Supply and Installation of HDPE pipes DN40 PN 16 In NDUSU

LM

690

2.3.17

External and Internal Rehabilitation and connection of Water Kiosk located Near the Reservoir 300m3(APEKI TUMBA)

LS

1

2.3.18

Repair minor damages on water points will be equipped with accessories or hydraulic fittings.

LS

1

S/Total

SUBTOTAL DIVISION 3:

3. Rehabilitation for TARE WSS

3.1

Supply and Installation of AG 3'' with accessories for replacing the damaged pipes in the network towards Tare Pumping Station

Pcs

6

3.2

Construction of solid mass reinforced concrete for pipes stabilization

m3

10.24 

3.3

Excavate a trench of protection of the source up to 80 cm depth. The bottom width 50 cm, including all accruals. 

Nbr

6.00 

3.4

Put in place a protective fence of quickset hedge in euphorbiums including all accruals

Nbr

6.00 

3.5

Reconstruction of a Starting Chamber Damaged by Erosion # (3.1×2.4×1.2m)

3.5.1

Earthwork by cut, fill and evacuation or overlay of the surplus soils, including all accruals 

m3

13.02 

3.5.2

Hardcore (stones pitching) of 30 cm with voids full of cement and sand mortar mix of ratio 1 to 10 respectively

m3

2.85 

3.5.3

Blind with concrete class C, thickness 5 cm

m3

0.48 

3.5.4

Base slab of 15cm in hydraulic reinforced concrete of 350kg/m3 with smooth finish

m3

1.23 

3.5.5

Up slab of 10 in hydraulic reinforced concrete of 350kg/m3 with smooth finish

m3

1.39 

3.5.6

Walls of 20 cm in hydraulic reinforced concrete of 350kg/m3 with smooth finish

m3

4.36 

3.5.7

Supply and fix of fiberglass A15 cover 600 mm x 600 mm

item

2.00 

3.5.8

Supply a fixed aluminium ladder for interior access embedded in the wall, painted with 3 layers of paint "rust preventive", with 2m of height

item

1.00 

3.5.9

Supply and installation of hydraulic equipment and Fittings for connection including bulk water meter

LS

1.00 

3.5.10

Rejection works

Ls

1.00 

SUBTOTAL DIVISION 4:

4. Rehabilitation for MUTAGATA Gravity WSS

4.1. Rehabilitation of Reservoir 50 m3 Kabuga ka Shengampuli/Masoro and fixing casing on damaged pipes with solid RCC Masonry stabilization

4.1.1

Rejointing external surfaces of reservoir

m2

79.03 

4.1.2

The cost shall cover all activities of stripping or removing and disposal of old internal coating

m2

76.87 

4.1.3

Coating of the internal face of wall of the tank with 3 hydrafuges water proofing coats.

m2

76.87 

4.1.4

Supply and coating the faces of the tank with 3 layers of "Sikalatex" 

m2

76.87 

4.1.5

Suply and installation wire mesh,thick 1,5mm.

m2

76.87 

4.1.6

Supply and fix of the metallic cover of 60x60x0.3 cm for valve chamber

Item

1.00 

4.1.7

Supply and installation of casing with GS 5'' pipe including all accessories 

lm

69.60 

4.1.8

Solid mass reinforced concred for pipes stabilization

m3

8.75 

4.1.9

Interconnect overflow water from the suction tank of the Mutagata Pumping System to reinforce the Mutagata Gravity Network through the existing chamber.

LS

1.00 

S/Total

4.2

Gabion wall for pumping house of 2stairs of 1m*1m*30m baskets

4.2.1

Hardcore (stones pitching) of 30 cm with a filling of 1:10 cement sand mortar mix, saturated with water

m3

18.00

4.2.2

Blind concrete class C, thickness 10cm

m3

6.00

4.2.3

Supply and laying Gabions full of stone pitching to protect the river and gully above the pumping station (The size of 1 Basket of Gabions is(1m*1m*20m) which are on stairs(3 Stairs) both side

m3

120

S/Total 

4.3

4.3.1

Blind concrete class C, thickness 10cm

m3

2.40

4.3.2

Supply and laying Gabions full of stone pitching to protect the river and gully above the pumping station (The size of 1 Basket of Gabions is(1m*1m*20m) which are on stairs (3 Stairs) both side

m3

48

S/Total 

4.4

Gabion wall from downstream of 5stairs of 1m*1m*20m baskets

4.4.1

Demolishing of existing Gabion wall and site preparation

ls

1

4.4.2

Hardcore (stones pitching) of 40 cm with a filling of 1:10 cement sand mortar mix, saturated with water

m3

40.00

4.4.3

Blind concrete class C, thickness 10cm

m3

10.00

4.4.4

RC foundation of gabion wall, Class A for soil stabilization 

m3

28.80

4.4.5

Supply and laying Gabions full of stone pitching to protect the river and gully above the pumping station (The size of 1 Basket of Gabions is(1m*1m*20m) which are on stairs (3 Stairs) both side

m3

240

S/Total 

SUBTOTAL DIVISION 5:

GRAND TOTAL FOR RULINDO

B. REHABILITATION OF WATER SUPPLY SYSTEMS IN GICUMBI DISTRICT

I

Maintenance of 50m3 water tank at Murama Rwamiko Bukure WSS

#

Details

Unit

QTY

Unit price

Total Price

I.1

Coating of the external face of wall of the tank with 2 hydrafuges water proofing coats

42.68

I.2

Coating of the internal face of wall of the tank with 3 water proofing coats

37.73

I.3

Supply and coating the faces of the tank with 3 layers of Sikalatex paint

37.73

I.4

Plaster on the upper side of roof slab with a rough mortar class B

20.52

I.5

Supply and installation of Bride Floater valves for inlet pipe if OD63 and its accessories

EA

1.00

S/TOTAL

II.

Maintenance of 10m3 water tanks at Murama-Rwamiko-Bukure WSS

#

Details

Unit

QTY

Unit price

Total Price

II.1

Coating of the external face of wall of the tank with 2 hydrafuges water proofing coats

14.23

II.2

Coating of the internal face of wall of the tank with 3 water proofing coats

12.58

II.3

Supply and coating the faces of the tank with 3 layers of Sikalatex paint

12.58

II.4

Plaster on the upper side of roof slab with a rough mortar class B

6.84

II.5

Supply and installation of a flanged float valves for inlet pipe if OD50 and its accessories

EA

1.00

S/TOTAL

TOTAL FOR 6 TANKS

6

III.

Supply and installation of a "return" pipeline for HHs connection in Bukure Sector

III.1

Excavation and backfilling up to 1.2 m depth, including all accruals.

mL

3,000

III.2

Supply and Installation of Concrete Terminals painted blue and numbered on the route of the pipeline, dim.0.15 x 0.15 x 0.8m, every 100m and at Itemch change of direction elbow position

EA

30

III.3

Supply, laying and installation of HDPE Pipe OD 75 PN 16 and all accessories for fittings and connections

mL

3,000

S/TOTAL

GRAND TOTAL FOR GICUMBI

OVERALL TOTAL FOR GICUMBI AND RULINDO

The financial proposals must be in Rwandan Francs (RWF) with tax inclusive.

Activities

The activities was mentioned on the above BoQ and further explanation will shared to the participant during the field visit.

DURATION OF THE ASSIGNMENT

It is planned that the work to be done will be completed within 60- calendar days from the date of the contract signature. The technical offer should indicate a clear timeline illustrating when the deliverables will be achieved.

TYPE OF AWARD

The contract will include defined payment schedules tied to deliverables. The successful bidder must provide an original performance guarantee from a licensed bank equivalent to 10% of the total contract value, valid for 12 months from the date of provisional handover.

SOURCE OF FUNDS

Water For People

  1. COPYRIGHTS

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

PROCUREMENT

Proposals will be evaluated using the following criteria: administrative requirements, the profile of team members, similar experience, equipment required, and cost as follows.

  • Administrative documents/company profile: PASS or FAIL. Only the bidders with a PASS will continue to the second stage of evaluation.
  • Technical Proposal: 
    • Equipment: 30%
    • Company Experience: 50% 
    • Profile of the team members: 20% 

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

2nd stage: Technical proposal: 100% (that includes the work-plan and availability of equipment and company experience and profile of the team members with CV and academic documents). The pass mark is fixed at 80% 

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

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

Eligibility for Bidders

The prospective bidders will conduct a compulsory site visit on 06/01/2026 and 07/01/2025, respectively in Rulindo and Gicumbi District. They shall meet at District Offices at 10:00 AM and the site visit will start at 10:30 AM. 

REPORTING AND WORK RELATIONSHIP

The contractor will report to the Water For People WASH Maintenance and Planning officer for this assignment. The contractor will be collaborating with the entire Water For People team including the top management team as well as the field staff.

On daily basis, the contractor will be supervised by the Water For People representative, the district and WASAC branch representatives, and the provisional handover of works must be approved by all the above parties.

Rights Reserved

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

BIDDING PROCESS

Interested companies are requested to submit their application files electronically not later than 11/01/2026 with the following subject “Rehabilitation of Water Supply Systems in Rulindo and Gicumbi DistrictS.” to the following emailrwprocurement@waterforpeople.org

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

Notes:

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

Done at Kigali on 23/12/2025.

Eugene DUSINGIZUMUREMYI

Country Director

Click on the APPLY button to send your application documents:
  • Your application will be sent to the employer immediately (Allowed formats: .doc .pdf .txt .docx)
  • A confirmation email will be sent to you few minutes afterwards
  • You can request any documents archived from our website (ex: a job description, a CV, a cover letter...)