Skip to Main Navigation

Ghana Greater Accra Metropolitan Area Sanitation and Water Project

Overview

NOTICE AT-A-GLANCE

  • P119063

  • Ghana Greater Accra Metropolitan Area Sanitation and Water Project

  • Ghana

  • OP00133691

  • Invitation for Bids

  • Published

  • GH-MSWR/GSWP/AF/GK/WKS/ C1/113/KUMA/LOT1

  • Request for Bids

  • English

  • Jul 15, 2021 10:00

  • Jun 16, 2021

CONTACT INFORMATION

  • GAMA Sanitation and Water Project

  • George Asiedu

  • c/o Ministry of Local Government and Rural Development Ministries Accra

  • Ghana

  • Ghana

  • 302 514739,208111602

Details

Ministry of Sanitation and Water Resources (MSWR)

GREATER KUMASI METROPOLITAN AREA SANITATION AND WATER PROJECT (GKMA SWP), IDA CREDIT No.: 6781-GH

 

SPECIFIC PROCUREMENT NOTICE

Request for Bids

(Selection of Large-Scale Sub-Project Implementers (SPIs))

(One-Envelope Bidding Process)

 

Contract Title: CONRACT FOR THE PROVISION OF ON-SITE HOUSEHOLD TOILET FACILITIES BENEFITING LOW INCOME BENEFICIARIES IN THE GREATER KUMASI METROPOLITAN AREA (GKMA)

The Government of Ghana has received Financing support from the World Bank toward the cost of the Greater Kumasi Metropolitan Area Sanitation and Water project (GKMA SWP) and intends to apply part of their allocated proceeds towards payments under contract for the Provision of On-Site Household Toilet Facilities in target Low Income Communities in the Greater Kumasi Metropolitan Area (GKMA) as detailed per the MMA zones and lots in Table 1 below.

 

Table 1 – GKMA MMAs and Operational Zone for Household Toilet Delivery

Assembly/MMA

Lot Nr.

RFB Ref:

Nr. of Facilities

Operational Zones

Kumasi Metropolitan Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/KuMA/Lot1

1000

Manhyia North & South

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/KuMA/Lot2

500

Bantama and Subin-Nhyiaeso

Asokwa Municipal Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/AsMA/Lot1

1000

Asokwa  Kaase, Kyirapatre

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/AsMA/Lot2

500

Dompoase

Ejisu Municipal Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/EjMA/Lot1

1000

Ejisu and Onwe-Kwaso

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/EjMA/Lot2

500

Kwabre Mponua and Bonwire/Besease

Oforikrom Municipal Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/OfMA/Lot1

1000

Oforikrom-Anloga and Aprade -Ayigya Zongo

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/OfMA/Lot2

500

Ayeduase-Kokoben, Bebre-Bomso

Suame Municipal Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/SuMA/Lot1

1000

Bremang and Suame

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/SuMA/Lot2

500

Kronum and Anomangye

Kwadaso Municipal Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/KwMA/Lot1

1000

Kwadaso and Nzema/Kokode

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/KwMA/Lot2

500

Asuoyeboah

Old Tafo Municipal Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/TaMA/Lot1

1000

Ahenbronum and Pankrono,

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/TaMA/Lot2

500

Moro Market and Adompom

Asokore Mampong Municipal Assembly

Lot 1

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/AmMA/Lot1

1000

Asokore-Mampong and Adukrom

Lot 2

GH-MSWR/GSWP/AF/GK/WKS/ C1/113/AmMA/Lot2

500

Asawase and Aboabo

 

The above Metropolitan/Municipal Assemblies of the Greater Kumasi Metropolitan Area seeks to partner with capable contractors, firms, institutions, NGOs who would provide beneficiary low-income households with improved toilet facilities through an output-based arrangement which entails; ‘pre-financing the construction of the improved households toilet to target low income beneficiaries after receiving payment of beneficiary contribution of the toilet facility (representing 30%) and subsequently getting reimbursement of  70% of the total cost of the toilet facility after construction is verified.

 

  1. The respective Metropolitan/Municipal Assemblies of the Greater Kumasi Metropolitan Area now invites sealed Bids from eligible Bidders for Provision of On-Site Household Toilet Facilities benefiting Low Income Beneficiaries in the demarcated Operational Zones within the Greater Kumasi Metropolitan Area as indicated in table 1 above.

 

For each of the above lot, it is estimated that 40% of the toilet units may be a full standalone unit (comprising the substructure unit and the superstructure unit including the toilet seats and hand washing components) and 60% may be for only substructure unit with the toilet seat and hand washing components to be fitted in an existing superstructure owned by the beneficiary.

 

 Expected Terms and Conditions

By the large-scale delivery of household toilets, the services of the successful Sub-Project Implementers (SPIs)/Contractor/Firm/NGO shall among other things be expected to:

  • Sign contract to deliver larger scale packages of 500/1000 household toilets minimum within the allocated zones (table 1) in the Assembly of choice for the construction/delivery of household toilets to target beneficiaries based on an Output Based contract approach.
  • Pre-financing the construction of the household toilet for an identified client/beneficiary after she/he has paid the required beneficiary contribution of the toilet facility, and subsequently apply for reimbursement by the project subsidy upon verification of the completed toilet.
  • Ensure that construction of sanitation facilities is done according to required technical standards and specifications whiles putting in place measures to mitigate any negative environmental impacts during and after construction.
  • Educate beneficiary households on the proper use and maintenance of constructed toilets.
  • Work with the MMA project team and household toilet team in demand creation, promotion of household toilets and sensitization activities in low-income urban communities.

 

  1. Bidders may bid for both lots, as further defined in the bidding document. However, no Bidder will be awarded more than one contract.

 

  1. Bidding will be conducted through national competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 Revised November 2017 and August 2018 (“Procurement Regulations”) and is open to all Bidders as defined in the Procurement Regulations. However, selection will be heavily based on the following key qualification criteria:
  • Bidders’ proposed cost per unit of a household toilet not exceeding project established costs as detailed below:

Toilet Option

Maximum Total Cost/Facility

(GHs)

Maximum Beneficiary Contribution/Facility

Maximum Project Subsidy/Facility

Remarks

Digester with seat

2,400.00

700.00

1,700.00

Technical details and specifications are provided in the tender document.

Large Digester with seat

2,600.00

800.00

1,800.00

Standalone

4,500.00

1,200.00

3,300.00

 

  • Demonstration of ability to pre-finance a minimum of 20% of the total number of proposed toilet facility under the lot
  • Adequacy of proposal for working with the MMA teams to market and create demand for household toilets.
  • Demonstration of ability to plan, execute and supervise several small constructions works at a time.
  • Experience in construction of bio-digester toilet facilities will be an added advantage.
  • General experience in construction of toilet facilities
  1. Interested eligible Bidders may obtain further information from addresses 1&2 below and inspect the bidding documents during office hours 0900 to 1700 hours. However, a pre-bid meeting has been scheduled to be attended by anyone who chooses to attend at the date and venue as detailed in table 2 below.

 

  1. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the addresses 1&2  below and upon payment of a nonrefundable fee of GH¢500 for each lot. The method of payment will be by cash. The document will be sent by email or received in person on a pen-drive.

 

  1. Bids for each MMA must be delivered to the respective MMA at the date and address as detailed in table 3 below, clearly indicating the Lot Number and the RFB Ref. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the respective address, date and time as indicated in table 3 below.

 

  1. All Bids must be accompanied by a valid Bid Security in the sum of Forty Thousand Cedis (GH¢40,000) for each bid.

 

  1. The address referred to above are:

 

Address (1)-Accra for Inspection/Purchasing of Bidding Document:

The Project Coordinating Unit, PCU-Accra Office

GAMA Sanitation and Water Project, MSWR

Location: Within the Premises of Institute of Local Government Studies (ILGS); Ogbojo, near Madina New Road Estate – Accra, Ghana.

Email: soteng@lgpcu.org; Tel. +233 (302)504739/40; Mob: +233(0) 507443161

 

Address (2)-Kumasi for Inspection/Purchasing of Bidding Document:

The Project Coordinating Unit-PCU - Kumasi Office

Greater Kumasi Sanitation and Water Project, MSWR

Location: House No. 10A, Cedar Crescent, Danyame (Ridge Residential Area); along Miklin – Sunset Hotel Road.

Email: soteng@lgpcu.org; Tel. +233 (302)504739/40; Mob: +233(0) 246886568

 

Address (3) for Prebid Meeting, Submission of Bids & Opening of Bids:

 

Assembly/

MMA

Prebid Meeting Date

Bid Submission Date

Bid Submission Time

Bid Opening Time

Bid Submission Address

Kumasi Metropolitan Assembly

 

 

 

 

 

 

 

 

July 2, 2021, at 10.30am hours local time

 

Venue: Prempeh Assembly Hall

 

 

 

 

 

July 15, 2021

10:00 am

10:30 am

The Secretary

Tender Entity Committee

Kumasi Metropolitan Assembly

P.O. box 1916

Adum – Kumasi

Telephone Number: +233 3220-23184/23707

Place for Bid Opening: The Conference Room; Kumasi Metropolitan Assembly

 

Asokwa Municipal Assembly

13:00 pm

13:30 pm

Attention: Municipal Coordinating Director

Asokwa Municipal Assembly.

Anlonga - Asokwa Highway

PMB Kumasi

Place of Opening: Conference Room, Asokwa Municipal Assembly 

Tel: 0503234278 / 0208198371

Ejisu Municipal Assembly

 

 

 

 

 

July 16, 2021

 

10:00 am

10:30 am

The Secretary

The Entity Tender Committee

Ejisu Municipal Assembly

P.O. Box 12 Ejisu - Ashanti Region

Place of Opening: The Conference Room; Ejisu Municipal Assembly

Tel: 0322195675 / 0207560591

Oforikrom Municipal Assembly

13:00 pm

13:30 pm

The Municipal Conference Room 

Oforikrom Municipal Assembly.

P.O. Box UP 487

KNUST - Oforikrom

Kumasi – Ashanti Region

Contacts: Municipal Coordinating Director (Tel: 0208169398/0244602323);

Municipal Procurement Officer (0244246612)

Suame Municipal Assembly

 

 

 

July 14, 2021, at 10.30am hours local time

 

Venue: Prempeh Assembly Hall

 

 

 

 

July 28, 2021

 

10.00am

10.30am

The Secretary

Tender Entity Committee

Suame Municipal Assembly.

P.O. Box SE 2381 Suame – Kumasi 

Ashanti Region

Place for Opening: Conference Room; Suame Municipal Assembly

Tel: 0322494644/818; 0244465782 /0246486031

Kwadaso Municipal Assembly

13:00 pm

13:30 pm

The Secretary

Tender Entity Committee

Kwadaso Municipal Assembly

P.O. Box KW8; Kwadaso – Kumasi 

Ashanti Region

Place for Opening: Municipal Conference Room; Kwadaso Municipal Assembly

Tel: 03220-54366 / 0249053668

Old Tafo Municipal Assembly

 

July 29, 2021,

 

 

 

 

 

 

 

 

July 29, 2021

 

 

10.00am

10.30am

The Secretary

Old Tafo Municipal Tender Committee  

Old Tafo Municipal Assembly.

P.O. Box TA 80

Street Name: S-284 Mampong Road Kumasi

Digital Address: AK-154-8566

Place of Opening: Conference Room, OTMA

Tel: 0555006168 / 0203946459

 

Asokore Mampong Municipal Assembly

13:00 pm

13:30 pm

The Secretary

Entity Tender Committee

Asokore Mampong Municipal Assembly

P.O. Box CN 24 Aboabo – Kumasi

Place of Opening: The Conference Room, Asokore Mampong Municipal Assembly 

Tel: 0208161983