Specific Procurement Notice for Design, Supply and Installation of Rwamagana Industrial Park Substation and Associated Transmission Line. Payment of a non refundable fee of 50 USD or in a convertible currency. The method of payment will be deposit on the Bank Account N° 1000057734 in USD opened at National Bank of Rwanda in the name of EDCL EAQIP IDA Designated Account, Swift Code: BNRWRWRW. A Bid Security of 240,000USD Employer: Energy Development Corporation Limited (EDCL) Project: Accelerating Sustainable and Clean Energy Transformation (ASCENT) Contract title: Design, Supply and Installation of Rwamagana Industrial Park substation and associated Transmission Line Country: Rwanda Credit No.: IDA-74610 1. 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 Rwamagana Industrial Park substation and associated Transmission Line For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Banks Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit. 2. The Energy Development Corporation Limited (EDCL) now invites sealed Bids from eligible Bidders for Design, Supply and Installation of Rwamagana Industrial Park substation and associated Transmission Line : Item Description Unit Qty Period 1 110/15kV, 40/50MVA Power Transformers No 2 2 Complete 110kV Outdoor Transformer bays No 2 3 Complete 110kV Outdoor lines bays No 2 4 15kV Double Busbar Indoor GIS Switchgears No 14 5 AC and DC Auxiliary Supply set 1 6 SCADA and Substation Monitoring set 1 7 Control Building, Operator Living house and Guard house lot 1 8 110kV Double Circuit Overhead Tower Transmission Line No 0.5km 9 30kV Double Circuit Overhead Distribution line No 5km 10 th Floor KCT, KN 2 ST, Nyarugenge District, P.O. Box 3855 Kigali, Rwanda Tel.: + (250) (0) 787172265, email:
[email protected], website: www.reg.rw 3. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Banks Procurement Regulations for IPF Borrowers February 2025 (Procurement Regulations) and is open to all eligible Bidders as defined in the Procurement Regulations. 4. Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weighting shall apply for Rated Criteria (including technical and non-price factors): 60%, and for Bid cost: 40% (a) Bidders must have successfully completed at least two (2) similar plant design supply and installation works done within the last ten (10) years of similar nature and complexity, each with a value of at least USD 8.4 Million. (b) Minimum average annual turnover of USD 12 Million, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years. (c) Additional qualification details are provided in the Bidding Documents.. 5. Interested eligible Bidders may obtain further information from Energy Development Corporation Limited (EDCL);
[email protected] with copy to
[email protected] ,
[email protected] inspect the RFP document during office hours (09:00 AM to 5:00 PM) at the address given below. 6. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of 50 USD or in a convertible currency. The method of payment will be deposit on the Bank Account N° 1000057734 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. 7. Bids must be delivered to the address below on or before 19/06/2026at 10:30AM (local time). Electronic Procurement will not be permitted. Late Bids will be rejected. The outer Bid envelopes marked ORIGINAL BID, and the inner envelopes marked TECHNICAL PART will be publicly opened in the presence of the Bidders designated representatives and anyone who chooses to attend, at the address below on 19/06/2026 at 11:00AM (local time). All envelopes marked FINANCIAL PART shall remain unopened and will be held in safe custody of the Employer until the second public Bid opening. 8. All Bids must be accompanied by a Bid Security of 240,000USD 9. The non-compulsory site visit is scheduled on 22/05/2026 and the meeting point is Rwamagana, district Office at 11:00am. 10. The pre-bid meeting shall take place on the site at the end of site visit on the same day 11. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose 10 th Floor KCT, KN 2 ST, Nyarugenge District, P.O. Box 3855 Kigali, Rwanda Tel.: + (250) (0) 787172265, email:
[email protected], website: www.reg.rw information on the successful bidders beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document. 12. The address(es) referred to above is (are): Energy Development Corporation Ltd KN2 ST 3, Nyarugenge District, Kigali City, P.O. Box 3855 Kigali, Rwanda Tel.: (250) 787172265, Kigali City Tower (KCT), 2 nd Floor, Procurement Office Sincerely. Gentille UMUSHASHI Head Procurement Management Services Félix GAKUBA Managing Director Tender Link : https://jobs.newtimes.co.rw/