We began operations on 1st December 2002 as the new national carrier under the name Rwandair Express (passenger Air transportation as the core activity) for Rwanda with a concession to carry out airport ground handling (ancillary activity) at Kigali International Airport, Kanombe. In March 2009, we registered a new trademark “RwandAir” which is our current operating name.Operating from Kigali as our hub in the heart of Africa, RwandAir is one of the fastest growing airlines and operates one of the youngest and state of the art fleet on the African continent which comprises of two Boeing 737-800NG, two Boeing 737-700NG, two CRJ900NG, two Bombardier Q-400NextGen all in dual class configuration and expecting the delivery of two brand new triple class Airbus A330s in September 2016.The airline, which is also well reputed for an excellent on time performance, reaches out to seventeen cities in Western, Eastern and Southern Africa and the Middle East.In May 2015, RwandAir joined the International Air Transportation Association (IATA) as a member airline, only five months after being IATA Operational Safety Audit (IOSA) certified. The airline’s commitment to operate with international industry safety standards at the highest level is observed in its current pursue of the IATA Safety Audit for Ground Operations (ISAGO) expected to be completed by June 2016.

Website: https://www.rwandair.com

December 9th 2025

Tender No:101/WB/11/2025-2026

Tender method: Open

Dear Bidder,

REQUEST FOR PROPOSAL (RFP) FOR PROVISION OF TRANSPORT SERVICES FOR RWANDAIR. 

RwandAir (hereinafter called ‘’Client”) has got funds from its ordinary budget and intends to apply a portion of the funds to eligible payments under the contract for which this Bidding Document is issued.

RwandAir invites eligible bidders to submit bids for provision of transport services for RwsandAir staff within city of Kigali as indicated in detail of the Terms of Reference.

Enquiries regarding this tender may be addressed to the Senior Manager Procurement RwandAir via company email: procurement@rwandair.com.

Well-prepared bids, stamped, signed and scanned as one document in PDF format must reach the office of Procurement RwandAir via E-supplier portal link RwandAir Supplier Portal not later than December 29th , 2025, 10:00am Local time or 8:00am GMT. Late bids will be rejected and will not be considered for evaluation. For any Technical assistance regarding e- submission,
please contact Mr. Ivan IYAMARERE on Tel: +250783273388. Bids will not be opened in the presence of bidders or their representatives because submission will be done through portal.

Bidding will be conducted in accordance with the RwandAir procurement Policy and Procedure manual as amended to date.

Sincerely,

Yvonne MANZI MAKOLO

Chief Executive Officer

RwandAir Ltd

  • Definitions
    1.  “Client/Procuring Entity” means the agency with which the selected Service Provider signs the Contract for the Services.
    2. “The Service Provider” means any entity or person that may provide or provides the Services to the Client under the Contract.
    3. “Contract” means the agreement between the procuring entity and the successful bidder.
    4.  “Day” means calendar day including holidays unless provided otherwise.
    5. “Government” means the Government of the Republic of Rwanda.
    6. “Instructions to Service Providers” means the document, which provides short listed Service Provider with all information needed to prepare their Proposals.
    7. “Request for Proposal” means the Letter of Invitation being sent by the Client to the short listed Service Providers inviting them to Bid.
    8.  “Proposal” means the Technical Proposal and the Financial Proposal.
    9.  “Services” means the work to be performed by the Service Provider pursuant to the Contract.
    10. “Sub-contractors” means any person or entity with whom the Service Provider subcontracts any part of the Services.
    11. “Terms of Reference” (TOR) means the document included in the RFP which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Client and the Service Provider, and expected results and deliverables of the assignment.

II. Instructions to Bidders 

1. Introduction

The short-listed Service Providers are invited to submit their Financial Proposal for the provision of transport services for RwandAir Staffs within city of Kigali. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Service Provider.

Service Provider 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 Service Provider.
2. Conflict of Interest

Rwanda Public Procurement policy requires that service provider provide professional, objective, and impartial advice and at all times hold the client’s interests paramount, strictly avoid conflicts with other assignments or their own corporate interests, act without any consideration for future work and in accordance with the law on public procurement as completed and modified to date.

Without limitation on the generality of the foregoing, Service Provider, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below:

3. Conflicting activities

Conversely, a service provider 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 Service Provider’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.

4. Conflicting assignments

A Service Provider (including its Personnel and Sub-contractors) 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 Service Provider to be executed for the same or for another Client. For example, a Service Provider 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 Service Provider assisting a Client in the privatization of public assets shall not purchase, nor advice purchasers of, such assets. Similarly, a Service Provider hired to prepare Terms of Reference for an assignment should not be hired for the assignment in question.

5. Conflicting relationships

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

Service Provider 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 Service Provider or the termination of its Contract.

No current employees of the Client shall work as Service Provider 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.

6. Unfair Advantage

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

7. Fraud and Corruption

The Rwanda public procurement regulations require that all Service Providers participating in this tender 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 laws and regulations:

defines, for the purpose of this paragraph, the terms set forth below as follows:

  1. corrupt practices: offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of a civil servant or government entity;
  2. Fraudulent practices: any legal violation, including acts of deliberate misrepresentation, intentional recklessness, misleading or attempting to mislead a civil servant to obtain financial or other benefit;
  3. “Collusive practices”: an arrangement between two or more parties designed to achieve an illegal purpose, including influencing improperly the acts of another party or the civil servant;
  4. “coercive practices” means any act intending to harm or threaten to harm directly or indirectly persons, their works or their property to influence their participation in the procurement process or affect its performance
  5. “Obstructive practices”: destroying, falsifying, altering or concealing of material evidence to the investigation or making false statements to investigators deliberately in order to materially impede investigation into allegations of a corrupt, coercive or collusive practice; and threatening, harassing or intimidating any party to prevent it from disclosing its information about matters relevant to the investigation or from pursuing the investigation;

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

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

(d)gives the right to require that, a provision be included requiring Service Provider 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.

Service Provider, their Sub-contractors, and their associates shall not be under a declaration of ineligibility for corrupt and fraudulent practices.
8. Single Proposal

Invited Service Provider may only submit one proposal. If a Service Provider submits or participates in more than one proposal, such proposals shall be disqualified.

9. Proposal Validity

The Proposals must remain valid after the submission date for a period of 120 days. The Client will make its best effort to complete negotiations within this period. Should the need arise; however, the Client may request Service Provider to extend the validity period of their proposals. The Service Provider who do not agree have the right to refuse to extend the validity of their Proposals and Client (RwandAir) may consider the next ranked Bidder.

10.  Clarification and Amendment of RFP Documents

Service Provider may request a clarification of any of the RFP documents up to two days before the submission date. Any request for clarification must be done by writing an email to the client at procurement@rwandair.com . The Client will respond by email (including an explanation of the query but without identifying the source of inquiry) to all Service Provider. Should the Client deem it necessary to amend the RFP because of a clarification, it shall do so and share the amendment to all the invited Bidders.

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 Service Providers and will be binding on them. Service Provider shall acknowledge receipt of all amendments. To give Service Provider reasonable time in which to consider an amendment in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals.

11. Preparation of Proposals

a. The Proposal as well as all related correspondence exchanged by the Service Provider and the Client shall be written in English.

b. In preparing their Proposal, Service Provider 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.
12. Financial Proposals

The Financial Proposal shall be prepared refer to below table with terms of reference. It shall list all costs associated with the assignment. All activities and items described in the Technical Proposal must be priced separately; activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items.

13. Taxes

The Service Provider may be subject to local tax where applicable on amounts payable by the Client under the Contract. The Bidders shall express their Bid price in Rwandan Francs.

The Client may require Service Provider to state the portion of their price representing local cost in the national currency if so indicated in their financial proposal.
14. Submission, Receipt, and Opening of Proposals

14.1 The original proposal (Financial Proposal) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Service Provider themselves. The person who signed the proposal must initial such corrections.

14.2. An authorized representative of the Service Provider shall initial all pages of the original 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 Financial Proposals shall be marked “Original” and shall be sent to E-supplier portal link RwandAir Supplier Portal.

14.3. The Proposals must be sent to the address/addresses indicated in this RFP and received by the Client no later than the time and the date indicated, or any extension to this date in accordance with the submission deadline extension instructions. Any proposal received by the Client after the deadline for submission shall be rejected and not considered for evaluation.
15. Proposal Evaluation

15.1. From the time the Proposals are opened to the time the Contract is awarded, the Service Provider should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Service Provider to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Service Provider’ Proposal.

Evaluators of Technical assessment shall be done together with Financial Proposals and results will be published having considered both Technical and Financial evaluation.

15.2. The evaluation committee shall consider the vehicles inspection validation on the basis of their responsiveness to the Terms of Reference. 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.
Evaluation of Financial Proposals 

15.3. The Financial Proposal of the Service Providers who met the requirements will then be considered for evaluation and those that did not will be disqualified.

15.4. The Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a unit prices and the total amount, or between word and figures the formers and the unit prices will prevail. The proposed price should patent rights, license and all other charges applicable to deliver to service to the client. The client shall not be obliged to pay any cost above the Bid price.

16. Negotiations

16.1. Negotiations will be held on line or physical meeting as both parties will agree.

Financial negotiations

16.2. If applicable, it is the responsibility of the Service Provider, before starting financial negotiations, to contact the local tax authorities to determine the local tax amount to be paid by the Service Provider under the Contract. The financial negotiations will include a clarification (if any) of the Service Provider’s tax liability in the Republic of Rwanda, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. The financial negotiations will involve discounts, payment terms and so on.

Conclusion of the negotiations

16.3. Negotiations will conclude with a review of the draft Contract. To complete negotiations the Client and the Service Provider will initial the agreed Contract. If negotiations fail, the Client will invite the Service Provider whose Proposal is ranked the second to negotiate a Contract.

Award of Contract

17.1. After completing negotiations, the Client shall award the Contract to the best-selected Service Provider, and promptly notify all Service Providers who submitted proposals. The Service Provider is expected to commence the services on the date agreed on in the contract.

Confidentiality

Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to the Service Provider 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 Service Provider 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.

TERMS OF REFERENCE (TORs) FOR TRANSPORT SERVICE

This document outlines the Terms of Reference (ToR) for the selection and engagement of a transporter to provide transport services for RwandAir . The objective is to ensure high-quality, safe, and consistent transport services for RwandAir.

TERMS OF REFERENC FOR TRANSPORT.

Lot :1 SUV VIP Cars

Description Technical Specification Final Destination Delivery Time.
Hiring RAV4 new models vehicle.

Year of Manufacture year 2000-2005.

5 Seaters in good condition. AC available Town circulation, airport pickup and drop off. From the time of confirmation the Order.
Hiring V8 Vehicle 7 Seater in good condition, AC available Town circulation, airport pickup and drop off. From the time of confirmation the Order.
Hiring TXL Vehicle 7 Seater in good condition, AC available Town circulation, airport pickup and drop off. From the time of replacing the Order.
Hiring Coaster buses 29 seater in good condition, AC available Town circulation, airport pickup and drop off. From the time of confirmation the Order.
Taxes  Inclusive 
Airport parking fee and pick up Inclusive
Driver and fuel Inclusive

Lot 2: CARGO VEHICLES.

Description Technical Specification Final Destination Delivery Time.
Hiring Dina Vehicle Covered/Closed body with a driver and fuel. Full documentation available (Insurance, Vehicle inspection etc) Kigali-Nzove

Nzove -Kigali

Max 5 hours from the time of Placing the order
Kamembe,
Town Circulation.
Hiring Daihatsu Open with a driver and fuel .Full documentation available(insurance, vehicle inspection) kamembe, Max 5 hours from the time of Placing the order
Town Circulation.
Hiring Fuso Long Chassis, Open with a driver and Fuel. full documentation available (insurance, vehicle) Town Circulation. Max 5 hours from the time of Placing the order
kamembe,
Taxes Inclusive
Airport parking fee and pick up  Inclusive
Driver and fuel  Inclusive

Lot 3: Tourism Vehicle & Tour Guide Transport.

Description Technical Specification Final Destination Delivery Time.
Hiring Tour guide Open with a driver and Fuel. full documentation available (insurance, vehicle) -Kigali-Genocide Memorial. Max 2hrs from the time of confirmation.
-Kigali-Convention center and Radisson blue
Kigali-Nyandungu urban wet land Eco-Park.
Kigali to akagera game lodge
Hiring safari cars  7 Kigali to nyungwe Max 2hrs from the time of confirmation.
Hiring safari cars 7 Kigali and outside of Kigali Max 2hrs from the time of confirmation.
Hiring coaster buses 25 Kigali to Volcanoes-Lake Kivu Max 2hrs from the time of confirmation.
Kings Palace Museum
Diana fossens tomb Hike.
Hiring safari cars to volcanoes 7 Kigali to Volcanoes-Lake Kivu

-Kings Palace Museum

-Diana fossens tomb Hike.

Max 2hrs from the time of confirmation.
Taxes Inclusive 
Airport parking fee and pick up Inclusive
Driver and fuel

Lot 2 COASTER BUSES, 

DESCRIPTION:(DISTRICT)
Rwamagana Coaster 29 seats Full day Coaster 30 seats full day
Kayonza Coaster 29 seats Full day Coaster 30 seats full day
Ngoma Coaster 29 seats Full day Coaster 30 seats full day
Kirehe Coaster 29 seats Full day Coaster 30 seats full day
Gatsibo Coaster 29 seats Full day Coaster 30 seats full day
Nyagatare Coaster 29 seats Full day Coaster 30 seats full day
Bugesera Coaster 29 seats Full day Coaster 30 seats full day
Burera Coaster 29 seats Full day Coaster 30 seats full day
Gakenke Coaster 29 seats Full day Coaster 30 seats full day
Rulindo Coaster 29 seats Full day Coaster 30 seats full day
Gicumbi Coaster 29 seats Full day Coaster 30 seats full day
Musanze Coaster 29 seats Full day Coaster 30 seats full day
Rubavu Coaster 29 seats Full day Coaster 30 seats full day
Nyabihu Coaster 29 seats Full day Coaster 30 seats full day
Nyamasheke Coaster 29 seats Full day Coaster 30 seats Full day
Rusizi Coaster 29 seats Full day Coaster 30 seats Full day
Nyaruguru Coaster 29 seats Full day Coaster 30 seats Full day
Nyamagabe Coaster 29 seats Full day Coaster 30 seats Full day
Huye Coaster 29 seats Full day Coaster 30 seats Full day
Gisagara Coaster 29 seats Full day Coaster 30 seats Full day
Nyanza Coaster 29 seats Full day Coaster 30 seats Full day
Ruhango Coaster 29 seats Full day Coaster 30 seats Full day
Taxes Inclusive
Airport parking fee and pick up Inclusive
Driver and fuel Inclusive

Financial table format.

Lot 1: SUV VIP Cars

Description of the services  Final destination Unit Price
Hiring RAV4 new models vehicle 5 Seaters. in good condition.AC available Town circulation,
Airport pickup and drop off
Hiring V8 Vehicle, 7 Seater in good condition, AC available Town circulation
Airport pickup and drop off
Hiring TXL Vehicle, 7 Seater in good condition, AC available

 

Town circulation,
Airport pickup and drop off.
Hiring Coaster buses, 29 seater in good condition, AC available Town circulation
Airport pickup and drop off.
Lot 2: CARGO VEHICLES.
Description of the services Destinations  Prices
Hiring Dina Vehicle with a driver and fuel Kigali-Nzove

Nzove -Kigali

Kamembe
Town Circulation
Hiring Daihatsu with a driver and fuel Kamembe
Town Circulation
Hiring Fuso Long Chassis Kamembe
Town Circulation

 Lot 3: Tourism Vehicle & Tour Guide Transport.

Description of the services Destinations Prices
Hiring Tour guide Kigali-Genocide Memorial.
Kigali-Convention
Kigali-Convention center and Radisson blue
Kigali-Nyandungu urban wet land Eco-Park.
Kigali to akagera game lodge

Lot 4: DISTRICT.

Description of the services 

Final destination

Unit Price

Hiring RAV4 new models vehicle 5 Seaters. in good condition.AC available

Town circulation, 

 

Airport pickup and drop off

Hiring V8 Vehicle, 7 Seater in good condition, AC  available

Town circulation

Airport pickup and drop off

Hiring TXL Vehicle, 7 Seater in good condition, AC available

 

Town circulation,

Airport pickup and drop off.

Hiring Coaster buses, 29 seater in good condition, AC available

Town circulation

Airport pickup and drop off.

Lot 2: CARGO VEHICLES.

Description of the services

Destinations 

Prices

Hiring Dina Vehicle with a driver and fuel

Kigali-Nzove

Nzove -Kigali

Kamembe

Town Circulation

Hiring Daihatsu with a driver and fuel

Kamembe

Town Circulation

Hiring Fuso Long Chassis

Kamembe 

Town Circulation

   

 Lot 3: Tourism Vehicle & Tour Guide Transport.

Description of the services

Destinations

Prices

Hiring Tour guide  

Kigali-Genocide Memorial.

Kigali-Convention

Kigali-Convention center and Radisson blue

Kigali-Nyandungu urban wet land Eco-Park.

Kigali to akagera game lodge

  Lot 4: DISTRICT.

Description of the services

Destinations

Prices

Hiring Coaster buses ,29 seaters, 30 seaters, 

 

Rwamagana

1.

2.

Kayonza

1

2

Ngoma

1.

2.

Kirehe

1.

2.

Gastibo

1.

2

Nyagatare

1.

2

Bugesera

1.

2.

Burera

1.

2

Gakenke

1.

2.

Rulindo

 

1.

2.

Gicumbi

 

1.

2.

Musanze 

1.

2.

Rubavu

1.

2,

Nyabihu

1.

2.

Nyamasheke

 

1.

2.

Rusizi

1.

2.

Nyaruguru 

1.

2.

Nyamagabe

1.

2.

Huye

1.

2.

Gisagara

1.

2.

Nyanza

1.

2.

Ruhango

1.

2

IV. Documents making up the Bid

The following documents must be submitted a long side financial bid

  • The document should be signed, dated, and stamped.
  • Ownership of the Buses/Copy of Yellow Cards.
  • Ownership of the SUV VIP Cars/Copy of Yellow Cards.
  • A valid Insurance covering minimum 30 passengers and above.
  • A valid transport license.
  • Certificate of company incorporation;

V. Terms and Conditions 

  • The tender will be awarded to the bidder determined to be responsive and whose proposal meets our technical expectations at least cost.
  • The cleaning service/car wash, fuel and parking fees remain under responsibly of the service provider for the contract execution.
  • The successful bidder will provide replacement Bus in case of mechanical breakdown or normal maintenance to avoid interruption of RwandAir operations.
  • The successful bidder will provide technical support for the contract duration.
  • The successful bidder will be awarded framework contract.
  • The price should be fixed for period of contact execution.
  • The Bid submission deadline is scheduled at December 29th, 2025, 10:00am Local time Late Bids will be rejected.
  • Payment shall be made after delivery services. However, if an advance payment is agreed on, it shall not exceed 20% of the contract/order value and shall be supported by an advance payment bank guarantee of the same amount.
  • The successful Bidder will be given a contract of three (3) years a possibility of renewal upon good performance.
  • Failure to provide full documents required will lead to disqualification.
  • The bids will be addressed to:

The Senior Manager Procurement 

RwandAir

P.O.BOX 7275 Kigali-Rwanda

E-mail: procurement@rwandair.com a

Invited company

 

Attachment