UPGRADE OF NATIONAL SOC –SUPPLY, INSTALLATION, CONFIGURATION, CUSTOMIZATION, INTEGRATION OF HARDWARE AND SOFTWARE COMPONENTS
The Government of Rwanda has received financing from the World Bank toward the cost of the Rwanda Digital Acceleration Project (RDAP) and intends to apply part of the proceeds toward payments under the contract for Supply, installation, configuration, customization, integration of hardware and software components
The Rwanda Information Society Authority (RISA) now invites sealed Bids from eligible Bidders for Supply, installation, configuration, customization, integration of hardware and software components.
Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 5 th Edition of September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60%. and for Bid cost: 40%.
Interested eligible Bidders may obtain further information from Rwanda Information Society Authority(RISA), Francine UWANYIRIGIRA, Chief Finance Officer (CFO), Email: rdapprocurement@risa.gov.rw and copy francine.uwanyirigira@risa.gov.rw and inspect the bidding document during office hours from 0900 to 1700 hours at the address given below
The bidding document in English language can be viewed and obtained free of charge in tenders document below.
Bids must be delivered to the address below on or before 08th May 2026 at 02:00pm. Electronic Bidding 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 08th May 2026 at 02:00pm. All envelopes marked “SECOND ENVELOPE: FINANCIAL PART” shall remain unopened and will be held in safe custody of the Purchaser until the second public opening. The site visit is planned for 17th April 2026 from 02:00pm to 03:00pm followed by a hybrid prebid meeting at 04:00pm local time.
All Bids must be accompanied by a Bid Security of Seventy-Five Thousand States Dollar (US$ 75,000) or its equivalent amount in a freely convertible currency.
Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
Note: Find more details in the tender documents below.
PROCUREMENT FOR THE SINGLE DIGITAL ID CARD PRINTING AND PERSONALIZATION SYSTEM AND RELATED CONSUMABLES
The Government of Rwanda has received financing from the World Bank toward the cost of the Rwanda Digital Acceleration Project (RDAP) and intends to apply part of the proceeds toward payments under the contractor Procurement for the Single Digital ID Card Printing and Personalization System and related consumables “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, except for those payments, which the contract provides to be made through letter of credit.”
The Rwanda Information Society Authority (RISA) now invites sealed Bids from eligible Bidders for Procurement for the Single Digital ID Card Printing and Personalization System and related consumables.
Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 5th Edition of September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60%. and for Bid cost: 40%.
Interested eligible Bidders may obtain further information from Rwanda Information Society Authority(RISA), Francine UWANYIRIGIRA, Chief Finance Officer (CFO), Email: francine.uwanyirigira@risa.gov.rw and rdapprocurement@risa.gov.rw and inspect the bidding document during office hours from 0900 to 1700 hours at the address given below.
The bidding document in English language can be viewed and obtained free of charge in tenders document below.
Bids must be delivered to the address below on or before 30th April 2026 at 03:00pm. Electronic Bidding 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 30th April 2026 at 03:00pm. All envelopes marked “SECOND ENVELOPE: FINANCIAL PART” shall remain unopened and will be held in safe custody of the Purchaser until the second public opening.
All Bids must be accompanied by a Bid Security of Two Hundred Thousand United States Dollar (US$ 200,000) or its equivalent amount in a freely convertible currency.
Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
Note: Find more details in the tender documents below.
FRAMEWORK AGREEMENT FOR BIOMETRIC VERIFICATION ENDPOINT TECHNOLOGIES FOR THE SINGLE DIGITAL IDENTITY (SDID) SYSTEM
The Rwanda Information Society Authority (RISA) has received financing from the World Bank toward the cost of Rwanda Digital Acceleration Project (RDAP) and intends to apply part of the proceeds toward payments under Call-off Contracts that may be awarded under the Framework Agreement (FA) for biometric verification technologies for the Single Digital Identity (SDID) concluded through this RFB Primary Procurement process.: “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, except for those payments, which the contract provides to be made through letter of credit.”
The Procuring Agency is undertaking the Primary Procurement with a view to concluding a Framework Agreement. The Procuring is a central purchasing authority (but not itself a Purchaser) acting on behalf of NIDA and other authorized Government entities and institutions. The Procuring Agency now invites sealed Bids from eligible Bidders for Framework agreement for biometric verification technologies for the Single Digital Identity (SDID) system)
The Framework Agreements to be concluded will be Multi-User. A list of the users (participating Purchasers) entitled to purchase under the Framework Agreements is provided in the Bidding document.”
The Framework Agreements to be concluded will be Multi-Supplier.
The selection of a FA Supplier to be awarded a Call-off Contract will be done through a Secondary Procurement process as defined in Framework Agreement. However, the conclusion of a Framework Agreement shall not impose any obligation on the Procuring Agency, including participating Purchasers, to purchase Goods under a Call-off Contract. The conclusion Framework Agreement does not guarantee that a FA Supplier will be awarded a Call-off Contract.
Bidding will be conducted through International Competitive Procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 5th Version of September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
Bidders may submit Bids for one or more of the following lots
The Framework Agreements shall be concluded for a Term of three (3) from the commencement date stated in the Framework Agreement and the initial term may be extended by a maximum of two additional years.
The Primary Procurement shall establish a Closed Framework Agreement(s).
Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60 %. and for the Bid cost: 40 %.
Interested eligible Bidders may obtain further information from Francine UWANYIRIGIRA, Chief Finance Officer (CFO), Email: rdapprocurement@risa.gov.rw and copy francine.uwanyirigira@risa.gov.rw and inspect the Bidding document during office hours from 0900 to 1700 hours at the address given below.
The Bidding document in in English language can be obtained and viewed by interested eligible Proposers free of charge in tenders document below.
Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s/bidders’ beneficial ownership, as part of the publication of the conclusion of framework agreement notice, using the Beneficial Ownership Disclosure Form included in the bidding document.
Note: Find more details in the tender documents below.
SUPPLY AND INSTALLATION OF THE INFRASTRUCTURE TO HOST THE GOVERNMENT SINGLE DIGITAL IDENTITY (SDID)
The Government of Rwanda has received financing from the World Bank toward the cost of the Rwanda Digital Acceleration Project (RDAP) and intends to apply part of the proceeds toward payments under the contract for Supply and installation of the infrastructure to host the Government Single Digital Identity (SDID) in four lots as follows;
The Rwanda Information Society Authority (RISA) now invites sealed Bids from eligible Bidders for Supply and installation of the infrastructure to host the Government Single Digital Identity (SDID).
Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 5th Edition of September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60 %. and for Bid cost: 40%.
Interested eligible Bidders may obtain further information from Rwanda Information Society Authority(RISA), Francine UWANYIRIGIRA, Chief Finance Officer (CFO), Email: rdapprocurement@risa.gov.rw and copy francine.uwanyirigira@risa.gov.rw and inspect the bidding document during office hours from 0900 to 1700 hours at the address given below.
The bidding document in English language can be viewed and obtained free of charge on RISA website.
Bids must be delivered to the address below on or before 17th April 2026 at 02:00pm. Electronic Bidding 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 17th April 2026 at 02:00pm. All envelopes marked “SECOND ENVELOPE: FINANCIAL PART” shall remain unopened and will be held in safe custody of the Purchaser until the second public opening.
All Bids must be accompanied by a Bid Security of Fifty Thousand United States Dollar (US$ 50,000) for each LOT or its equivalent amount in a freely convertible currency.
Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
Note: Find more details in the tender documents below.
HIRING A FIRM TO IMPLEMENT THE SHARED GOVERNMENT DATA HUB AND THE DATA INTEROPERABILITY PLATFORM
The Rwanda Information Society Authority (RISA) has received financing from the World Bank toward the cost of the of the Rwanda Digital Acceleration Project, and intends to apply part of the proceeds toward payments under the contract for hiring a firm to implement the shared government data hub and the data interoperability platform “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, except for those payments, which the contract provides to be made through letter of credit.”
The Rwanda Information Society Authority (RISA) now invites sealed Proposals from eligible Proposers for hiring a firm to implement the shared government data hub and the data interoperability platform
The procurement process will be conducted through international competitive procurement using Request for Proposals (RFP) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 5th edition of September 2023, (“Procurement Regulations”), and is open to all eligible Proposers as defined in the Procurement Regulations.
Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60% and for Bid cost: 40%
Interested eligible Proposers may obtain further information from Rwanda Information Society Authority (RISA) represented by Francine UWANYIRIGIRA, Chief Finance Officer (CFO), Email: rdapprocurement@risa.gov.rw and copy francine.uwanyirigira@risa.gov.rw and inspect the request for proposals document during office hours 0900 to 1700 hours Rwanda Time at the address given below.
The request for proposals document in English language can be obtained and viewed by interested eligible Proposers free of charge on RISA website.
Proposals must be delivered to the address below 05th May 2026 on or before 03:00 Pm. Electronic procurement will not be permitted. Late Proposals will be rejected. The outer Proposal envelopes marked “ORIGINAL PROPOSAL”, and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the presence of the Proposers’ designated representatives and anyone who chooses to attend, at the address below on 05th May 2026 on 03:00 Pm. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Purchaser until the second public Proposals opening.
All Proposals must be accompanied by a Proposal Security of Two Hundred Thousand US Dollars (USD 200,000) or its equivalent amount in a freely convertible currency
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 request for proposal document.
Note: Find more details in the tender documents below.
NEW UPDATE:
Please find the link for the pre-bid meeting scheduled for 10th April 2026 at 3:00 PM (local time) regarding Tender No. RW-RISA-526988-GO-RFP (2.2), related to hiring a firm to implement the Shared Government Data Hub and the Data Interoperability Platform
Meeting link:
https://risa-rw.webex.com/risa-rw/j.php?MTID=ma061a1fb537d1b53304016c94cc89444
Meeting number:
23995376418
PROCUREMENT, INSTALLATION, CUSTOMIZATION, AND MAINTENANCE OF PUBLIC KEY INFRASTRUCTURE (PKI) TO SUPPORT THE UPGRADE OF THE NATIONAL PUBLIC KEY INFRASTRUCTURE (NPKI)
Estimated Duration: Twelve months+1Year Post-Implementation Support & warranty period.
The Government of Rwanda has received financing from the World Bank toward the cost of the Rwanda Digital Acceleration Project and intends to apply part of the proceeds toward payments under the contract for Procurement, Installation, Customization, and Maintenance of Public Key Infrastructure (PK/) to Support the Upgrade of the National Public Key Infrastructure (NPKI).
The Rwanda Information Society Authority (RISA) now invites sealed Proposals from eligible Bidders for Procurement and Implementation of a Comprehensive Public Key Infrastructure (PKI) System Upgrade with Enterprise-Grade Software Platform.
The procurement process will be conducted through international competitive procurement using Request for Proposals (RFP) as specified in the World Bank's "Procurement Regulations for IPF Borrowers" September 2023, 5th edition ("Procurement Regulations"), and is open to all eligible Bidders as defined in the Procurement Regulations.
Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60 %and for Bid cost: 40%
Interested eligible Bidders may obtain further information from Rwanda Information Society Authority (RISA) represented by Francine UW ANYIRIGIRA, Chief Finance Officer (CFO), Email: francine.uwanyirigira@risa.gov.rw and inspect the request for proposals document during office hours 0900 to 1700 hours Rwanda Time.
Further details are provided in the tender documents related to this notice, available below.
Updated: Following the outcome of the pre-bid meeting and the requests for clarification submitted in response to the aforementioned tender, RISA wishes to provisionally notify you of its intention to extend the submission deadline by two (2) weeks, until 31st March 2026 at 02:00 PM.