Kigali, on 11/11/2025
RFP No: RW-REG/EDCL-425357-CW-RFP
Specific Procurement Notice
Employer: Energy Development Corporation Limited (EDCL)
Project: Accelerating Sustainable and Clean Energy Transformation (ASCENT)
Funder: World Bank and Asia Infrastrusture Investment Bank
Contract title: Design, Supply and Installation of three (3) 30/15kV Switching cabins and Associated MV Feeders (Lines) Connections at Karumuna (Bugesera), Karenge (Rwamagana) and Mpanga (Kirehe)
Country: Rwanda
Credit No: 7461 & 7460
The Government of Rwanda has received financing from the World Bank toward the cost of the Accelerating Sustainable and Clean Energy Transformation, and intends to apply part of the proceeds toward payments under the contract for Design, Supply and Installation of three (3) 30/15kV Switching cabins and Associated MV Feeders (Lines) Connections at Karumuna (Bugesera), Karenge (Rwamagana) and Mpanga (Kirehe). “For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.”
The Energy Development Corporation Limited (EDCL) now invites Proposals from the interested eligible applicants for Design, Supply and Installation of three (3) 30/15kV Switching cabins and Associated MV Feeders (Lines) Connections at Karumuna (Bugesera), Karenge (Rwamagana) and Mpanga (Kirehe)
Item
Description
Unit
Qty
Period
1
30/15kV, 5MVA Power Transformer
No
6
24 Months
2
30kV Single Busbar Indoor GIS Switchgears (panels)
No
17
3
15kV Single Busbar Indoor GIS Switchgears (panels)
No
14
4
AC Auxiliary Supply
set
3
5
DC Auxiliary Supply
set
3
6
SCADA and Substation Monitoring
set
3
7
Control Building
No
3
Proposer must have successfully completed at least one similar project in the last ten (10) years, of similar nature and complexity, each with a value of at least USD 3 Million.
Minimum average annual turnover of USD 5.8 Million, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years.
Additional qualification details are defined in the request for proposal / bid datasheet.
The procurement will be conducted through international competitive procurement using Request for Proposals (RFP) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” February 2025 (“Procurement Regulations”) and is open to all eligible Proposers s as defined in the Procurement Regulations.
Interested eligible Proposers may obtain further information from Energy Development Corporation Limited (EDCL); with copy to;, inspect the RFP document during office hours (09:00 AM to 5:00 PM) at the address given below.
The RFP Document in English may be purchased by interested eligible proposers upon the submission of a written application to the address below and upon payment of a nonrefundable fee of of 50 USD or in a convertible currency. The method of payment will be deposit on the Bank Account N in USD opened at National Bank of Rwanda in the name of EDCL EAQIP IDA Designated Account, Swift Code: BNRWRWRW. The document will be sent by e-mail.
A single-stage, where two envelopes RFP process will be used, and the Proposal will consist of (i) the Technical Part, without any reference to prices; and (ii) the Financial Part, as detailed in the RFP Document. The Technical and Financial Parts of the Proposals shall be submitted simultaneously in two separate sealed envelopes.
The Proposal, both the Technical Part and the Financial Part, must be delivered to the address below on 12/01/2026 at 10:30am (local time). Electronic Procurement will not be permitted. Late Proposals will be rejected. The Technical Part of the Proposals will be publicly opened in the presence of the Proposers’ designated representatives and anyone who chooses to attend at the address below on 12/01/2026 at 11:00am (local time). The Financial Part shall remain unopened and will be held in safe custody of the Employer until the second public opening of the Financial Part, following the evaluation of the Technical Part of the Proposals.
All Proposals must be accompanied by a “Proposal Security” of 88,000 USD or in convertible currency.
The non-compulsory site visit is scheduled as detailed in the table below, including the date, time, and meeting point;
S/N
Date
Time
Meeting Point
1
11/12/2025
12:00am
Mpanga sector Head office in Kirehe district
2
12/12/2025
11:00am
Rwamagana, district Head Office
The pre-bid meeting shall take place on the site mentioned above at the end of site visit on the second day.
Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful Proposer’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the RFP document.
The address (es) referred to above is (are):
Energy Development Corporation Ltd
Managing Director
KN2 ST 3, Nyarugenge District, Kigali City
Kigali City Tower (KCT), 2nd Floor, Procurement Office
Tel: (,
P.O. Box 3855 Kigali, Rwanda;,
Sincerely,
Gentille UMUSHASHI
Head Procurement Management Services
Félix GAKUBA
Managing Director