Design, Supply, and Installation of low voltage and medium voltage lines and service connections in Ngoma and Kirehe Districts- EDCL (Deadline: 24/11/2025)
RFP No: RW-REG/EDCL-425338-CW-RFP
Issued on: 23/09/2025
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 low voltage and medium voltage lines and service connections in Ngoma and Kirehe districts
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 low voltage and medium voltage lines and service connections in Ngoma and Kirehe districts. “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 sealed Proposals from the interested eligible Applicants for Design, Supply, and Installation of low voltage and medium voltage lines and service connections in Ngoma and Kirehe districts in Eastern Province of Rwanda ( 107.5 and 142.8 km from Kigali,respectively):

3. 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 as defined in the Procurement Regulations.
4. Interested eligible Proposers may obtain further information from Energy Development Corporation Limited (EDCL); procurement@edcl.reg.rw with a copy to cuwajeneza@edcl.reg.rw and gndayisaba@edcl.reg.rw inspect the RFP document during office hours (09:00 AM to 5:00 PM) at the address given below.
5. The RFP Document in English may be purchased by 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° 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.
6. A single-stage, where two envelope 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.
7. The Proposal, both the Technical Part and the Financial Part, must be delivered to the address below on 24/11/2025 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 24/11/2025 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.
8. All Proposals must be accompanied by a Proposal Security of Two Hundred Thirty Seven Thousand US Dollars (US$ 237,000) or in convertible currency.
9. The non-compulsory site visit is scheduled on 23/10/2025 and the meeting point is Kirehe District Office at 11:00 am.
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 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.
12. The address (es) referred to above is (are):
Energy Development Corporation Ltd
Managing Director
KN2 ST 3, Nyarugenge District, Kigali City,
P.O. Box 3855 Kigali, Rwanda;Tel.: (250) 787172265,
Kigali City Tower (KCT), 2nd Floor, Procurement Office
Website: www.reg.rw
Sincerely,
Gentille UMUSHASHI
Head Procurement Management Services
Félix GAKUBA
Managing Director
We post daily tender alerts on all our social media pages!
Click the link and follow us to stay updated: FOLLOW US

