Post Job Free
Sign in

PROJECT NAME: FEASIBILITY AND ENVIRONMENTAL STUDIES - RUSIZI III

Company:
EDCL. Deadline 30-05-2025
Location:
Kigali, Rwanda
Posted:
April 18, 2025
Apply

Description:

Date 11th April 2025

Ref RFP No: 431/QCBS/2024-2025/ICB/ EDCL/ EIB

REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

PROJECT NAME: FEASIBILITY AND ENVIRONMENTAL STUDIES - RUSIZI III TRANSMISSION LINE (BWISHYURA-KAMANYOLA)

TENDER TITLE: UPDATING FEASIBILITY STUDIES, DETAILED DESIGN, ENVIRONMENTAL AND SOCIAL IMPACT ASSESMENT (ESIA), ENVIRONMENTAL AND SOCIAL MANAGEMENT PLAN (ESMP) AND THE RESETTLEMENT ACTION PLAN (RAP) FOR PROJECT AFFECTED PERSONS AND THE DEVELOPMENT OF TENDER DOCUMENTS FOR THE CONSTRUCTION WORKS OF THE 220KV LINE KAMANYOLA-BWISHYURA AND EXTENSION OF BWISHYURA SUBSTATION

BACKGROUND

One of the strategic objectives of the National Strategy for Transformation is to expand electricity access while at the same time improving quality of supply at the lowest possible cost. To achieve the said objectives, the Government of Rwanda through EDCL is carrying out a number of studies that will guide any future investment in the electricity network and rehabilitation of the existing infrastructure.

2. SPECIFIC ASSIGNMENT

The purpose of the consultancy service is the updating feasibility studies, detailed design, environmental and social impact assessment (ESIA), environmental and social management plan (ESMP) and the resettlement action plan (RAP) for project affected persons and the preparation of tender documents for the construction works of the 220kV transmission line Kamanyola-Bwishyura and extension of Bwishyura Substation.

The contract duration will be 8 months from the commencement date of contract. The Consultant shall be responsible for updating feasibility studies, detailed design, environmental and social impact assessment (ESIA), environmental and social management plan (ESMP) and the resettlement action plan (RAP) for project affected persons and the preparation of tender documents.

EDCL now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

3. The short-listing criteria

i). ELIGIBILITY, Ethical conduct, Conflict of Interest,

The Bank permits consultants (individuals and firms, including Joint Ventures and their individual members) from all countries to offer consulting services for Bank-financed projects.

Furthermore, it is the Consultant’s responsibility to ensure that its Experts, joint venture members, Sub-consultants, agents (declared or not), sub-contractors, service providers, suppliers and/or their employees meet the eligibility requirements as established by the Bank in the Guide to Procurement (GtP 1.2).

The Bank will not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the European Union, 1 either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of Article 41 of the United Nations Charter.

The Applicants shall comply with the EIB’s GtP provisions 1.4 Ethical Condict and 1.5. Conflict of Interest by providing a duly signed Covenant of Integrity (CoI) as per GtP Annex 7.

ii). EXPERIENCE IN SIMILAR ASSIGNMENTS

The EOIs will be checked to assess whether the firms have demonstrated experience in management and execution of similar assignments over the last 10 years.

The consultant firm should have at least 3 similar assignments executed in the above-mentioned period, among which at least one in sub-Saharan Africa and at least one relevant to projects financed by Multilateral Development Banks. The similarity should be in terms of nature, complexity, and volume with the contract of at least One Million One Hundred Ninety Thousand EURO (EUR 1,190,000) or equivalent in another freely convertible currency.

In addition, the consultant should confirm that it has required key staff as described in the detailed Terms of Reference

iii). FINANCIAL CAPACITY

The interested consultant firms should demonstrate their financial capacity (Financial position) to implement this assignment.

The financial position will be verified in the Audited financial statement of the last three years:

Average annual turnover should be at least One Million One Hundred Ninety Thousand EURO (EUR 1,190,000 or equivalent in another freely convertible currency) for the last three years (2021,2022 and 2023)

Availability of financial resource such as liquid assets (The current ratio should be greater than 1)

The current ratio is calculated as follow: current Asset/current Liabilities. In case of joint venture, each partner should submit their Audited financial statements of the last three years. The turnover will be calculated for each partner; the combined average annual turnover of the last three years of the joint venture company should meet the requirement. The minimum average annual turnover of each of the partners should not be less than 20% of the requested value. Each partner should have a current ratio greater than one.

The firms that will comply with the conditions of technical and financial requirements described above will be ranked according to their number of similar assignments completed. The number of shortlisted consultants will be three (3) as minimum to six (6) as maximum from the first ranked consultant.

The draft Terms of Reference (TOR) for the assignment will be published on REG Website )

4. SUBMISSION REQUIREMENTS

The following documents will be submitted:

a) Brief overview of the firm including company profile, organization and list of staffing as described in the Terms of Reference;

b) Reference sheers, including completion certificates, of similar assignments accompanied by details of firm’s similar experience and related assignments covering the last 10 years (from date this PQ notice is published) and strictly related to the envisaged services, including information on contract value, contracting entity/client, project location/country, key experts involved, source of financing, duration (mm/yy to mm/yy), main activities, objectives, completion certificates.

c) Audited Financial statements for the last 3 years (2021,2022,2023).

d) EIB Covenant of Integrity duly completed and signed. It is mandatory to submit a complete, duly signed EIB Covenant of Integrity, Form is available under Guide to Procurement for projects financed by the EIB ( Annex 3)

The consultant firms will be selected in accordance with Section 4.2 Restricted procedureas provided for in EIB’s Guide to Procurement (“GtP”)available at Guide to Procurement for projects financed by the EIB and more detailed information on the scope of the assignment are available in draft terms of references that will be published on REG website ).

Applicants/Candidates will be informed in writing of the shortlisting decision, including a summary of the relevant reasons for that decision.

5. SUBMISSION DEADLINE

Expressions of interest must be delivered through the e-mail addresses mentioned below; by 30 /05/ 2025 before 5.00 PM Local Time and mention:

“Consulting Firm to update feasibility studies, detailed design, environmental and social impact assessment (ESIA), environmental and social management plan (ESMP) and the resettlement action plan (RAP) for project affected persons and the preparation of tender documents for the construction works of the 220kV transmission line Kamanyola-Bwishyura and extension of Bwishyura Substation”

Energy Development Corporation Limited (EDCL)

KN 2 ST, P.O. Box 3855 Kigali, Rwanda; Procurement Unit, 2nd Floor KCT

Tel: + (250) (

Email:

Sincerely,

UMUSHASHI Gentille

Head of Procurement

Felix GAKUBA

Management Services Managing Director

Apply