Skip to Main Navigation

Integrated Water Management and Development Project

Overview

NOTICE AT-A-GLANCE

  • P163782

  • Integrated Water Management and Development Project

  • Uganda

  • OP00210904

  • Invitation for Bids

  • Published

  • UG-MWE-339363-CW-RFB

  • Request for Bids

  • English

  • Mar 16, 2023 11:00

  • Feb 04, 2023

CONTACT INFORMATION

  • Ministry of Water and Environment

  • Joseph Epitu

  • Plot 3-7, Kabalega Crescent, Luzira P.O. Box 20026KampalaUg

  • Uganda

  • Uganda

  • +256772408068

Details

MINISTRY OF WATER AND ENVIRONMENT

Invitation for Bids (IFB)

INTEGRATED WATER MANAGEMENT AND DEVELOPMENT PROJECT (IWMDP)

PROJECT ID: P163782

UGANDA

RFB No. MWE/WRKS/22-23/00008/1/2/3

Civil Works for Construction of Solar Powered Piped Water Supply and Sanitation Systems in 6 No. Rural Growth Centres (RGCs) packaged in Three (3) Lots:

i. Lot 1:  2 no. (RGCs) Of Bugwara and Kabamba in Kagadi District

ii. Lot 2: 2 no. (RGCs) Of Kikoora and Mwitanzige in Kakumiro District

iii. Lot 3:  2 no. (RGCs) Of Kasese and Lwentulege in Rakai District.

     

  1. The Republic of Uganda has received financing from the World Bank towards the cost of the Integrated Water Management and Development Project (IWMDP) and it intends to apply part of the proceeds toward payments under the contract for Civil Works for Construction of Solar Powered Piped Water Supply and Sanitation Systems in three (3) Lots

2. The Ministry of Water and Environment now invites sealed Bids from eligible Bidders  for the works for the Civil Works for Construction of Solar Powered Piped Water Supply and Sanitation Systems in 6 No. Rural Growth Centres (RGCs) packaged in Three (3) Lots. The brief description of the works is as follows: as detailed below;

 Lot No.

Lot 1

Lot 2

Lot 3

Lot Name

2no. (RGCs)  Of Bugwara And Kabamba In Kagadi District;

2 No. (RGCs)  Of Kikoora And Mwitanzige In Kakumiro District

2 No. (RGCs)  Of Kasese And Lwentulege In Rakai District

Pumping stations

Installation and Commissioning of mechanical and electrical plant consisting; Solar powered and utility grid connected submersible pumps at 2No. pumping stations including construction of guard and pump control houses

Pipe work

Transmission Pipeline;

1.5Km PN 10-16 HDPE ranging in size between OD 90-160mm

3.3Km PN 10-16HDPE ranging in size between OD 90-160mm

9.6Km of PN 10-30 HDPE and DI ranging in size between OD 100-160mm

Distribution Pipeline

8.6 Km of PN 6 HDPE sizes ranging between OD 40-100mm

10 Km of PN 6 HDPE sizes ranging between OD 40-100mm

64.3 Km of PN 10-16 HDPE and uPVC sizes ranging between OD 50-110mm

Intensification pipeline

13.9 Km in HDPE sizes ranging between OD 20-40mm

27 Km in HDPE sizes ranging between OD 20-40mm.

8.7 Km in HDPE sizes ranging between OD 25-40mm

Civil Works

2 No. Reservoir tanks

69m3 (1No.) and 41m3 (1No.)

104m3 (1No.) and 131m3 (1 No)

162m3 (1No.) and 121m3 (1No.)

Water supply Offices

1 No.

1 No.

1 No.

5 stance VIP Latrines

3 No.

1 No.

4 No.

6 stance Waterborne Toilet

1 No.

3 No.

2 No.

Supply and installation of a total of bulk flow meters

4 No.

4 No.

3 No.

Construction of Public Stand Posts

8 No.

12No.

30 No.

Construction of Consumer Connections

130 No.

320 No

380 No.

 

Further details on the above works are provided in the bidding documents. The qualification requirements are detailed in Section III of the bidding document.

A margin of preference will apply.

3. Bidding will be conducted through the International Competitive Bidding procedures using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers - Procurement in Investment Projects Financing” (July 2016, revised November 2017 and November 2020) and is open to all eligible bidders as defined in the Procurement Regulations.

4.Interested eligible bidders may obtain further information from the Ministry of Water and Environment Head Procurement and Disposal Unit, John Kateregga on kateregga9@hotmail.com with copies to segyjp@yahoo.co.uk and okurutv@gmail.com and inspect the Bidding document during office hours from 9:00am to 5:00pm on official working days (Monday – Friday) at the address given below.

5. The Bidding Documents in English may be purchased by interested eligible bidders upon submission of a written application to the address below and upon payment of a non-refundable fee of four hundred thousand Uganda Shillings (UGX 400,000) or the equivalent in freely convertible currency prior to submission date  

The method of payment will be by Bank Payment Advice Form obtainable from the Uganda Revenue Authority (URA) website using “Other NTR” as a tax head in the form. The hard copy of the Bidding Documents in English will be available for pick up at the address mentioned in (10) and the soft copy can be accessed at https://www.mwe.go.ug/library/tendersprocurement

a) A pre-bid site visit conducted by the Employer will be held as per details below:

LOT

Scheme/ Supply Area

Site Visitation Date

Meeting place and Time

LOT 1

Bugwara

15/2/2023

Kiryanga Subcounty headquarters; 10.00am

Kabamba

15/2/2023

Kabamba S/C Headquarters; 2.30pm

 

LOT 2

Kikoora

16/2/2023

Kakindo S/C Headquarters; 10.00a.m

Mwitanzige

16/2/2023

Kisiita S/ Headquarters; 2.30pm

 

LOT 3

Kasese

17/2/2023

Kiziba Subcounty headquarters; 10.00am

Lwentulege

17/2/2023

Kagamba S/C Headquarters; 2.30pm

 

Contact

James Seguya

Email: segyjp@yahoo.co.uk

Tel:     +256772883022

 

b. A pre-bid meeting will take place at the following date, time and place:

       Date:     20th February, 2023

       Time:   11:00 am Ugandan Time

        Place:   Ministry of Water & Environment Headquarters (Auditorium, 2nd Floor)

The meeting will also be available via video conferencing. A link will be shared with all registered bidders prior to the date of the meeting. Bidders who wish to attend the pre-bidding meeting virtually using an online platform shall register and submit their official email addresses at least one (1) day prior to the date of the meeting to segyjp@yahoo.co.uk with copy to okurutv@gmail.com

6. Bids must be delivered to the address below on or before 11:00 am Ugandan time on 16th March, 2023.  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 address below at 11:05 am Ugandan Time on 16th March, 2023

7. All bids must be accompanied by a Bid Security of:

LOT 1: UGX 150,000,000 (Uganda Shillings: One Hundred Fifty Million) or its equivalent in freely convertible currency

LOT 2: UGX 190,000,000 (Uganda Shillings: One Hundred Ninety Million) or its equivalent in freely convertible currency

LOT 3: UGX 220,000,000 (Uganda Shillings: Two Hundred Twenty Million) or its equivalent in freely convertible currency

8. All Bids must be accompanied by a Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration

9. All Bids must be accompanied by Forced Labor Performance Declaration and a Forced Labor Declaration

10. 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

11. The address(es) referred to in 4. 5. and 6. above is;

     Attn: Head, Procurement and Disposal Unit

     Ministry of Water and Environment

     Plot 3-7, Kabalega Crescent, Luzira

     Luzira, Kampala

     

PERMANENT SECRETARY

MINISTRY OF WATER AND ENVIRONMENT