| Job Title: | REQUEST FOR PROPOSALS |
| Employment Type: | Full Time |
| Work Format: | On-site |
| Closing Date: | 2000-01-01 |
| Apply | View original vacancy |
Recruitment of a Consulting Firm to Design, Develop, Deploy and Support the Financial Sector
Skills Council (FSSC) Digital Portal and Communication Strategy
(LOCAL FIRMS ONLY)
Brief description of the Assignment:
Rwanda Finance Limited (RFL), under Project RWA/024 supported by the Luxembourg
Cooperation, seeks to recruit a consulting firm to design, develop, deploy, and provide post-Go-
Live support for a comprehensive Financial Sector Skills Council (FSSC) Online Portal, and to
develop and operationalize a Strategic Communication Framework aligned with the Kigali
International Financial Centre (KIFC) vision.
The portal will serve as the central digital infrastructure for FSSC operations, including stakeholder
communication, training management, competency framework publication, professional registry
management, data analytics, and ecosystem visibility. The assignment includes post-deployment
stabilization and user adoption support.
Type: Open Competitive Bid
Place of Assignment: Kigali, Rwanda
Consultancy Type: Local Consulting Firm
Duration of Assignment: 12 Months
Deadline for applications: 14 th April 2026
All Application Documents to be submitted to: procurement@rfl.rw
Contact number: +250783803374
I. Background/Context
Rwanda’s ambition to position Kigali as a competitive International Financial Centre (KIFC)
requires not only strong regulatory frameworks and investment promotion, but also a robust
and visible human capital ecosystem.
Rwanda Finance Limited (RFL) was established to promote Rwanda as a financial services
destination and enhance sector competitiveness. The Financial Sector Skills Council (FSSC) was
established to coordinate and institutionalize financial sector skills development across
regulators, employers, training providers, professional bodies, and development partners.
To implement this mandate, FSSC requires a secure, scalable, and user-friendly digital portal
that:
Publishes competency frameworks and professional standards
Hosts and manages training programs
Maintains professional registries
Maps and displays capacity-building initiatives
Provides data dashboards and analytics
Enhances ecosystem transparency
Strengthens stakeholder engagement
About Project RWA/024
The RWA/024 project is a 5Year Project the Government of Rwanda has signed with the Grand
Duchy of Luxembourg to support the development of the Kigali International Finance Center. This
project is set to contribute to Rwanda’s ambition to establish and position the country as an
international financial service center through attracting the necessary domestic and international
investments. This assignment forms a critical component of the RWA/024 project support that will
further accelerate the development and promotion of Rwanda’s financial center.
II. Purpose of the Consultancy
The purpose of this consultancy is to:
1. Design and deploy a secure, scalable, and institutionally integrated FSSC Online Portal.
2. Develop and implement a Strategic Communication Framework for FSSC aligned with KIFC
positioning.
3. Ensure successful Go-Live, user adoption, and system stabilization.
4. Transfer technical and administrative capacity to FSSC staff.
5. Provide structured post-Go-Live technical and operational support.
The consultancy firm shall:
Conduct system architecture design and UX/UI design.
Develop backend and frontend systems.
Integrate training management and professional registry modules.
Develop admin dashboards and analytics tools.
Develop and implement a communication strategy.
Conduct user testing and training.
Provide post-launch technical support and optimization.
III. Scope of Work
The assignment shall be implemented in the following phases:
Phase I – Inception, System Architecture & Design (Months 1–2)
Conduct a detailed needs assessment with FSSC, RFL, and key stakeholders.
Develop System Architecture Blueprint.
Design database structure.
Develop a cybersecurity framework.
Develop UX/UI prototypes.
Develop Communication Strategy Framework (stakeholder segmentation, messaging
architecture, brand positioning).
Phase II – Portal Development & Integration (Months 3–7)
Design and development: All the process should be automated for backend administration
Public-facing website
Member registration & authentication system
Professional registry & certification system or module with automated certificate
generation
Training management system with
Course Management
. Course creation & publishing (admin/training providers)
. Course catalog (public & restricted)
. Online blended learning support
Learning Experience
Video, document, interactive modules
Progress tracking
Assessments & quizzes
Auto certification issuance
Training Provider Integration
Accreditation system for providers
Ability to upload and manage programs
Capacity-building database integration
Admin dashboard & analytics module
Document management repository
Role-based access controls
Audit trail and data governance features
Ensure compatibility with future integration (e.g., regulators, certification bodies).
Phase III – Testing, Validation & Go-Live (Months 8–9)
Conduct system testing (functional, security, stress testing).
Pilot with selected user groups.
Conduct cybersecurity validation.
Revise and optimize system.
Deploy Version 1.0 Go-Live.
Phase IV – Communication Strategy Operationalization (Months 4–10)
Develop brand identity toolkit for FSSC.
Develop stakeholder communication plan.
Develop content calendar and messaging guide.
Develop social media and digital engagement strategy.
Launch materials including not limited to brand launch video or a promo video, explainer
video for the portal walk-through, mini documentary for FSSC, event materials for
branding.
Establish monitoring indicators (KPIs).
Phase V – Post-Go-Live Stabilization & Support (Months 10–12)
Provide continuous technical support.
Monitor system performance and user feedback.
Conduct usability improvements.
Provide bug fixes and security updates.
Conduct advanced admin training.
Develop sustainability and maintenance roadmap.
IV. Deliverables / Outputs
1. Inception Report (Month 1)
2. System Architecture & UX/UI Blueprint (Month 2)
3. Communication Strategy Framework (Month 3)
4. Functional Portal (Beta Version) (Month 7)
5. Version 1.0 Go-Live Portal (Month 9)
6. Communication Toolkit & Implementation Report (Month 10)
7. Post-Go-Live Support & Optimization Report (Month 12)
8. Final Consolidated Report & Sustainability Plan (Month 12)
V. Commitment to Quality Work
The consultancy firm shall:
Apply international best practices in digital governance and cybersecurity.
Ensure GDPR-aligned data protection principles where applicable.
Ensure system scalability and future integration capacity.
Apply user-centered design principles.
Ensure institutional sustainability beyond consultancy.
Ensure clarity of communication and structured stakeholder validation.
VI. Qualifications and Experience of Firm
Minimum 10 years’ experience in digital system development.
Demonstrated experience developing institutional portals (preferably in regulated sectors).
Proven cybersecurity and data governance experience.
Experience delivering development partner-funded digital transformation projects.
Demonstrated experience in strategic communication development.
Experience in financial services, professional bodies, or International Financial Centers is an
advantage.
Proven post-Go-Live support experience.
VII. Qualifications and Experience of Team
The firm should provide a core team including:
Team Leader – Digital Transformation & Institutional Systems Specialist
Master’s degree in IT, Information Systems, Business, Finance, or related field.
At least 10 years’ experience in digital system architecture and institutional
transformation.
Experience leading similar assignments in at least 3 jurisdictions.
Experience in the financial sector or regulated environments.
Strong project management and stakeholder facilitation skills.
Core Technical Experts
Each must have:
At least a bachelor’s degree in IT, Computer Science, Information Systems,
Communications, or related field.
At least 8 years’ experience in a relevant area (software development, cybersecurity,
UX/UI, database design, digital communications).
Experience in at least 3 similar assignments.
Excellent analytical, editorial, and communication skills.
VIII. Reporting Obligation
The consultancy firm will report to the Chief Strategy Officer under the oversight of the FSSC
Secretariat and LuxDev. All deliverables shall be submitted in English.
IV. Application/Bidder Guidelines
Rwanda Finance invites eligible firms to submit detailed technical and financial proposals to
implement this assignment. These proposals must be prepared as separate files for independent
evaluation and should showcase the firm’s professional capability in performing the services
requested. Such information should be included.
1. A concise technical proposal with.
1.1. The company profile
1.2. The technical approach, including the proposed work plan/schedule and methodology;
work samples of similar assignments completed for agencies of international financial
centres, or financial institutions during the past 10 years; experience of the firm, etc.
1.3. The team, including availability of appropriate qualifications and skills among the team,
expected duration, and profiles of the available team in carrying out this assignment, CVs
recently signed of the proposed team. Key information should include experience.
2. A concise financial proposal providing itemized fees per team member, level of effort for each
team member, and expected expenses to complete the proposed activities under the scope of
work defined above
3. Administrative documents:
• Letter of Interest addressed to the CEO, Rwanda Finance Ltd
• Copy of valid Tax Clearance Certificate
• Copy of Certificate of Incorporation
• Copy of valid Certificate of Good Standing
• Notified Power of Attorney; if the person signing is different from the one on the certificate
of incorporation
• Notified copy of certificate of membership to a professional body if any
• Complete full address and contacts (websites, telephone number, physical office, and fax).
V. Evaluation Process
The tender opening process is private, and firms will be assessed based on the following criteria,
with all evaluations conducted by the Tender Committee (TC). The submission deadline is
…………………………………………….2026, and all documents must be submitted separately as
Administrative, Technical, and financial documents.
1. Firms must submit all the required administrative documents as outlined to proceed to the
next steps. Failure to provide these documents will result in automatic disqualification
from the bidding process, and the bidder will be promptly notified.
The Administrative evaluation, which is the 1 st phase of evaluation, will be based on the following
• Letter of Interest addressed to the CEO, Rwanda Finance Ltd
• Copy of valid Tax Clearance Certificate
• Copy of Certificate of Incorporation
• Copy of valid Certificate of Good Standing
• Notified Power of Attorney; if the person signing is different from the one on the certificate of
incorporation
• Notified copy of certificate of membership to a professional body if any
• Complete full address and contacts (websites, telephone number, physical office, and fax).
2. Once bidders have submitted all the necessary administrative documents, they will be
invited to participate in the technical evaluations, which is the 2 nd phase. Bidders who
achieve a minimum score of 70% will proceed to the next stage of evaluations, while those
who fail to meet the 70% threshold will be notified of their disqualification from the
bidding process.
The technical evaluation will be based on the following
Criteria Sub-criteria Point
s
A. Technical
Approach
System Development Methodology – Does the proposed
methodology demonstrate a clear, structured, and realistic approach
to designing, developing, testing, deploying, and supporting the FSSC
Online Portal? Does it include system architecture design,
cybersecurity safeguards, data governance framework, scalability
considerations, user access controls, integration logic, and post-Go-
Live stabilization support?
15
points
Understanding of the Assignment – Does the proposal clearly reflect
a strong understanding of the institutional mandate of FSSC, KIFC
competitiveness objectives, stakeholder ecosystem needs (regulators,
employers, training providers, professionals, development partners),
and sustainability requirements (institutional ownership beyond
consultancy)?
10
points
Communication Strategy Approach – Does the proposal present a
coherent and strategic communication framework aligned with FSSC
positioning within KIFC? Does it include stakeholder segmentation,
messaging architecture, digital engagement plan, branding
coherence, and measurable KPIs?
10
points
B. Institutional
/ Consultant
Capacity and
Past
Performance
Personnel Qualifications – Does the proposed team meet or exceed
the required qualifications (education, certifications, years of
experience)? Does the team composition reflect appropriate
expertise in system architecture, cybersecurity, full-stack
development, UX/UI design, data analytics, and strategic
communications? Is the allocation of level of effort realistic?
20
points
Personnel Knowledge and Relevant Experience – Does the proposed
team demonstrate strong knowledge and practical experience in
developing institutional digital platforms, preferably within regulated
sectors or financial services environments? Experience in sub-Saharan
Africa and/or International Financial Centers is an advantage.
15
points
Cybersecurity and Data Governance Experience – Does the firm
demonstrate proven experience in secure system deployment, data
protection compliance, audit trail implementation, role-based access
control, and mitigation of cyber risks in comparable systems?
10
points
Organizational Track Record and Past Performance – Does the firm
demonstrate a strong track record delivering similar digital
transformation and communication assignments in comparable
institutional contexts? Does the firm demonstrate experience working
with development partners and implementing post-Go-Live support
mechanisms?
20
points
3. The 3 rd phase of evaluation is the financial evaluation, where bidders who passed the
technical evaluation will be invited to participate and engage in negotiations. Final
decisions will be communicated following the Tender Committee's evaluation, leading to
the awarding of the contract.
4. The financial evaluation will be based on.
The bidder with the Most Economically Advantageous Tender (MEAT) that not only implies
the lowest price but also the required quality, delivery, and payment terms.
5. The final stage involves contract negotiations and signing with the selected bidder. Before
signing the contract, the successful bidder is required to provide a performance guarantee
equal to 10% of the contract amount, which will be refunded upon successful completion
of the assignment.
The procurement and decision-making process in Rwanda Finance Ltd shall be guided by
Environmental, Social and Governance aspects of our community. The following are the
fundamental principles to be adhered to for Transparency, Competition, Economy, Efficiency,
Fairness, and Accountability.
VI. GENERAL TERMS AND CONDITIONS:
1. General Principles
This tender complies fully with the principles of open competition, affording equal treatment to all
economic operators, and ensuring a transparent and non-discriminatory selection process. The
principles include.
the publication of the call for tenders through written media, the Internet and/or any other
appropriate means of information.
eliminates discriminatory practices or technical specifications which could hamper wide
participation in the call for tenders on equal terms;
ensures that the selection criteria are specified in the Tender Documents (TD);
ensures that the selected tender responds to the selection conditions and criteria set out in
the TD;
ensures that no criterion which has not been published, or which is unknown to the
tenderers is used in the selection of the successful tender;
ensures that the successful tender complies with the award criteria specified in the TD;
ensures compliance with the eligibility and ethical clauses below.
2. Eligibility for Contracts
2.3. Rules of nationality and origin
Participation in call for tenders and contracts financed from contributions made by the
Government of
the Grand Duchy of Luxembourg is open on equal terms to:
Companies or firms, public bodies or semi-public bodies;
cooperative companies and other legal persons governed by public or private law;
any joint company or grouping of companies or firms.
2.2. Circumstances under which parties are excluded from the call for tenders procedure
Applicant or tenderer shall be excluded from participating in the call for tenders if:
is bankrupt, insolvent, being wound up, has ceased his activities, has his affairs
administered by the court or has entered into an arrangement with creditors or is in any
analogous situation arising from a similar procedure provided for in national legislation or
regulations;
is subject to proceedings for the declaration of bankruptcy, for an order of compulsory
winding up, for having his affairs administered by the court, for debt settlement or to any
other proceedings of the same nature provided for in national legislation or regulations;
has been convicted of an offence concerning his professional conduct by a judgment, which
has the force of res judicata;
has been convicted by an authoritative judgment for environmental crimes and acts
contrary to environmental regulations (regardless of the country);
has not fulfilled obligations relating to the payment of social security contributions in
accordance with the legal provisions in the country in which he is established or those of
the country of the contracting authority;
has not fulfilled his obligations relating to the payment of taxes in accordance with the legal
provisions of the country in which he is established or those of the country of the
contracting authority;
is guilty of serious misrepresentation in supplying the information required by the
contracting authorities as a condition of participation in a call for tenders or contract;
has failed to fulfil his contractual obligations in the performance of another contract with
the contracting authority and/or another contract financed by the Financial Backer (FB) in
the country of the contracting authority and/or any other country;
is banned from participating in tenders with other FB or is excluded from public
procurement in the country of the contracting authority and/or any other country.
has been the subject of a final judgment or final administrative decision for conduct related
to a criminal organisation;
is the subject of a final judgment or a final administrative decision for the creation of an
entity with the intention of evading tax, social security, or other legal obligations applicable
under the legal provisions of the country in which it is established or those of the country of
the contracting authority;
falls, in connection with the call for tenders or contract concerned, into one of the
situations mentioned below in the section on “ethical clauses”.
2.3. Exclusion from the awarding of contracts
Contracts will not be awarded to applicants and tenderers who, at the time of contract
award procedure:
finds himself in a conflict of interest.
is guilty of serious misrepresentation in supplying the information required by the partner
to participate in the tender or has failed to provide this information.
3. Ethical Clauses
Any attempts undertaken by an applicant or a tenderer to obtain confidential information,
to reach unlawful agreements with their competitors, or to influence the evaluation
committee, the contracting authority, or the partner during the tender examination,
clarification, and comparison procedure must lead to the rejection of their application or
tender.
When submitting his application or tender, the applicant or the tenderer is required to
declare the absence of any potential conflict of interest and the absence of any specific link
with the other tenderers. Should such a situation arise during performance of the contract,
the contractor must immediately inform the contracting authority.
For the duration of the contract, the contractor and his staff must respect human rights.
The contractor may accept no payment connected with the contract other than that
provided for therein. The contractor and his staff must not exercise any activity or receive
any advantage inconsistent with their obligations to the contracting authority.
If corrupt practices of any kind are discovered at any stage of the contract award
procedure, the partner is required to take all the measures necessary to rectify this
situation. For this provision, “corrupt practices” are the offer of a bribe, gift, gratuity, or
commission to any person as an inducement or reward for performing or refraining from
any act relating to the award of a contract or implementation of a contract already
concluded with the contracting authority.
All bids will be rejected or contracts terminated if it emerges that the award or execution
of a contract has given rise to unusual commercial expenses. Such unusual commercial
expenses are commissions not mentioned in the main contract or not stemming from a
properly concluded contract referring to the main contract, commissions not paid in return
for any actual and legitimate service, commissions remitted to a tax haven, commissions
paid to a recipient who is not clearly identified or commissions paid to a company which
has every appearance of being a front company.
4. Contracting Authority
The contracting authority is Rwanda Finance Limited, RFL. The completion of all RFP requirements
must be in accordance with the instructions contained in this RFP, which are not public.
Submission to Rwanda Finance, RFL, of the technical and cost proposals will constitute an offer
and indicate the consulting firm’s agreement to the terms and conditions outlined in this RFP. RFL
is not required to accept and/or evaluate proposals that do not conform to the instructions of this
RFP, and, in addition, RFL may reject all proposals and not make an award. RFL reserves the right
to make an award without discussion and/or negotiation; however, RFL also reserves the right to
conduct discussions and/or negotiations, which, among other things, may require the consulting
firm to revise its proposal (technical and/or cost). By submitting an offer, consulting firms agree to
comply with the general terms and conditions for an award, including Representations and
Certifications of Compliance. Consulting firms must provide full, accurate, and complete
information in response to this solicitation. By submitting an offer, consulting firms certify that
they have not and will not attempt to bribe or make any payment to RFL employees in return for
preference.
Issuance of this RFP in no way obligates RFL to render an award, nor does it commit RFL to pay any
costs incurred by the consulting firm to prepare and submit a proposal. RFL reserves the right to
award a contract to one organization or to issue multiple awards based on the results of the
evaluation.
| Country: | Rwanda |
| City: | Rwanda |
| Address: | Kigali, Rwanda |

Rwanda Finance Limited | Published on 31-03-2026 | Deadline 14-04-2026
You will be redirected to the employer's website
Sign in to view contact details and send a message.
Sign In to Contact