All Tenders  →  Uganda  /  Mbarara

DETAILED DESIGN AND CONSTRUCTION SUPERVISION FOR THE DEVELOPMENT OF WATER AND SANITATION INFRASTRUCTURE FOR THE MBARARA & MASAKA AREAS - PACKAGE 2: MBARARA


National Water And Sewerage Corporation

Bid notice date:
January 12th, 2017
Bid closing date:
February 28th, 2017
Bid document fee:
0 UGX
Bid security:
0 UGX
Procurement Ref No:
NWSC/HQRS/SRVCS/16-17/162854 / NWSC/HQRS/SRVCS/16-17/162855
Procurement Method:
Request For Expressions of Interest
THE REPUBLIC OF UGANDA

NATIONAL WATER & SEWERAGE CORPORATION

SOUTH WESTERN CLUSTER - DEVELOPMENT OF WATER AND SANITATION INFRASTRUCTURE FOR THE MBARARA -MASAKA AREAS
ASSIGNMENT TITTLE: DETAILED DESIGN AND CONSTRUCTION SUPERVISION FOR THE DEVELOPMENT OF WATER AND SANITATION INFRASTRUCTURE FOR THE MBARARA & MASAKA AREAS - PACKAGE 2: MBARARA
REFERENCE NO: NWSC/HQRS/SRVCS/16-17/162854

PREQUALIFICATION NOTICE / INVITATION FOR EXPRESSION OF INTEREST
Ref.: International, Open Tender for the Detailed Design and Construction Supervision for the Development of Water and Sanitation Infrastructure for the Mbarara & Masaka Areas – Package 2: Mbarara
Project Executing Agencies (PEAs): National Water and Sewerage Corporation (NWSC), Kampala and the Ministry of Water and the Environment (MWE).
1.0 Project Description
AFD financed a feasibility study and preliminary design towards development of water and sanitation infrastructure for the Mbarara and Masaka areas’, following a joint request by the National Water and Sewerage Corporation (NWSC) and the Ministry of Water and Environment (MWE). NWSC and MWE as Project Executing Agencies (PEAs) are undertaking the implementation with financial support from Agence Française de Development (AFD, or French Development Agency), and the Government of Uganda (GoU).

The feasibility study has now been completed with recommendation to carry out detailed design of the proposed measures to further develop and upgrade the water supply systems, to develop new water sources, rehabilitate the sewerage systems in Mbarara and Masaka service areas as well as the small towns around.
Three main work packages are considered as indicated below (tentative costs – to be reviewed and updated during detail design phase):
1. Package 1 will consist in construction of the Kagera water supply system (intake from Kagera River, Kagera WTP) as well as main transmission pipe – estimation of construction cost: about 50 million EUR,
2. Package 2 will consist in rehabilitation and improvement of the Mbarara water supply network, WTP, and sanitation systems - estimation of construction cost: about 20 million EUR,
3. Package 3 - involving the upgrade of Masaka water supply and sanitation systems- estimation of construction cost: about 30 million EUR.
For each proposed work package, one consulting contract will be implemented and will include:
• review of preliminary design,
• preparation of detail design and bidding documents,
• assistance to NWSC in tendering process,
• works supervision,
• assisting NWSC in construction completion and commissioning,
• review / update the Environmental and Social Impact Assessment as per World Bank guidelines (including Resettlement Action Plan).
Further to these engineering contracts, one technical assistance contract will be implemented to support NWSC in project management.
NWSC is now looking for a suitable consultant to undertake consultancy services of water supply and sanitation infrastructure for Package 2 (Mbarara town) (“the services”). Consulting services will be done in two phases. The first phase will consist in detail design and tender documents preparation. The second phase (to be started once loan is approved) will consist in assistance in bid evaluation and construction supervision. Proposed works under this package include the following (indicative technical characteristics to be reviewed during detail design / not limited to):
1) Rehabilitation of the existing Water Treatment Plants at Kabale road in Mbarara (capacity of about 5,000 m3/day),
2) Rehabilitation of Ruharo intake and WTP (existing capacity of about 8,000 m3/day) and extension with a new line of 8,000 m3/day,
3) Rehabilitation (including NRW reduction through implementation of DMA), intensification and extension of the distribution system in Mbarara service area,
4) Rehabilitation and upgrade of the waste water treatment and sewer systems in Mbarara (3 water stabilization ponds receiving from 700 to 2,400 PE and associated pumping station),
5) Provision of water supply and sanitary services in informal settlements in Mbarara town.
The expected project implementation period is 37 months, including 10 months for phase 1 (detail design and preparation of tender documents), and 27 months for phase 2 (assistance in procurement process and works supervision), plus 12 months for defect liability period. The assignment is expected to commence in August 2017.

NWSC now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services.
Interested Consultancy Firms must provide information evidencing that they are qualified and experienced to perform those services, such as:
• Presentation of the Consultancy Firm: general presentation, scope of activities, financial data (sales figure, etc.) for the past 3 years, description of human resources, organigram, etc.
• Experience on similar projects during the last 10 years. Similar projects include detail design, preparation of tender documents and works supervision for the following infrastructure:
o River intake or river hydraulic infrastructures or related river infrastructure
o Water Treatment Plant of a capacity higher than 3,500 m3/d,
o Water supply distribution network of more than 10 km length,
o Rehabilitation or construction of wastewater treatment plant with a capacity between 500 to 10,000 People Equivalent,
o Experience in the project implementation with NRW reduction program.
For evaluation purposes, references combining (i) detail design, tender document preparation and works supervision, and (ii) different technical characteristics as mentioned here before will score higher (closer a reference will be to this project in terms of scope of work and technical characteristics, higher will be the score).
• Experience in Sub-Saharan Africa in the water field or for design and works supervision of main infrastructures during the last 10 years (references in East Africa and in Uganda especially being an advantage),
• Experience on donor funded projects.
The consultant shall provide detail references sheets (not more than 20 references) and a reference list to sum up references, as per the following template:
Project name Country Start and End dates Total contract amount Company position and contract share Technical characteristics (with regards to criteria defined previously for similar projects) Scope of work / Activities performed


• presence of appropriate skills among staff, for this the Consultant will provide information for potential involvement of following staffs, ( not limited to) (
o Project Manager,
o Water supply network expert,
o Water supply process expert,
o Wastewater expert,
o Electromechanical expert,
o Civil engineer,
o Works supervision expert,
o Environmental expert,
o Social expert.
Potential backstopping support should also be described. The consultant shall present the staff listed before in a table as per the following template (CV are not required at this stage):
Name Qualification Years of experience Proposed Position List of main related project experience and countries (maximum 10 projects)


In order to confirm their eligibility for AFD’s financing, consultants should submit in their expression of interest a duly signed Statement of Integrity (appended to this Request for Expressions of Interest).
Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. The form of association, where applicable, should be indicated in the expression of interest. Permanent office or representation of the association in Uganda would be an advantage.
Among the submitted applications, NWSC will shortlist a maximum of 6 Consultancy Firms, to whom the Request for Proposals to carry out the services shall be sent.
A consultant will then be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Guidelines.
Further information can be obtained at the address below during office hours (Monday to Friday, 08:30 – 17:00 hours, except on public holidays).
Expressions of interest (two hard copies, plus electronic document on Flash disk) must be delivered in a written form to the address below (in person, or by an authorised agent) by 3.00 pm on the 28th February, 2017.The packages must be clearly marked Expression of Interest for Detailed Design and Supervision of the Development of Water and Sanitation Infrastructure for the Mbarara -Masaka Areas – Package 2: Mbarara / Contract No. NWSC/HQRS/SRVCS/16-17/162854
Attn: Manager Procurement
National Water and Sewerage Corporation
Plot No. 43, 6th Street Industrial Area
Kampala, Uganda
Phone: +256 313 315800 or +256 313 315802
Email: procurement@nwsc.co.ug












APPENDIX TO REQUEST FOR EXPRESSION OF INTEREST
(format not to be altered)

Statement of Integrity, Eligibility and Social and Environmental Responsibility


Reference name of the RFP : ("Contract")
To: ("Contracting Authority")

1. We recognise and accept that Agence française de développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which it has entered into with the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our subcontractors. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the contract procurement and its subsequent performance.
2. We hereby certify that neither we nor any other member of our joint venture or any of our subcontractors are in any of the following situations:
2.1) being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;
2.2) having been convicted, within the past five years by decision of a court decision, which has the force of res judicata in the country where the project is implemented, of one of the acts mentioned in sections 6.1 to 6.4 below or of any other offense committed during the procurement or performance of a contract ;
2.3) being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;
2.4) having committed serious professional misconduct within the past five years during the procurement or performance of a contract;
2.5) not having fulfilled our obligations regarding the payment of social security contributions or taxes in accordance with the legal provisions of either the country where we are established or the Contracting Authority's country;
2.6) having been convicted, within the past five years by a court decision, which has the force of res judicata, of one of the acts mentioned in sections 6.1 to 6.4 below or of any other offense committed during the procurement or performance of an AFD-financed contract;
2.7) being subject to an exclusion decision of the World Bank since 30 May 2012, and being listed on the website http://www.worldbank.org/debarr ;
2.8) having committed misrepresentation in documentation requested by the Beneficiary as part of the contract procurement procedure.
3. We hereby certify that neither we, nor any of the members of our joint venture or any of our subcontractors are in any of the following situations of conflict of interest:
3.1) being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.2) having a business or family relationship with a Contracting Authority’s staff involved in the selection procedure or the supervision of the resulting contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.3) being controlled by or controlling another bidder or being under common control with another bidder, or receiving from or granting subsidies directly or indirectly to another bidder, having the same legal representative as another bidder, maintaining direct or indirect contacts with another bidder which allows us to have or give access to information contained in the respective bids, influencing them or influencing decisions of the Contracting Authority;
3.4) being engaged in a consultancy activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;
3.5) in the case of a works or goods procurement procedure:
i. having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation that are subject of the bid;
ii. having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this contract;
4. If we are a government-owned entity, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.
6. In the context of procurement and performance of the contract:
6.1) We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit.
6.2) We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit.
6.3) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the person occupies, (ii) any other person who performs a public function, including for a State institution or a State-owned company, or who provides a public service, or (iii) any other person defined as a public officer by the national laws of the Contracting Authority, an undue advantage of any kind, for himself or for another person or entity, for such public officer to act or refrain from acting in his official capacity.
6.4) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any private person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another person or entity for such private person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations.
6.5) We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti-competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings.
6.6) Neither we nor any of the members of our joint venture or any of our subcontractors shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France.
6.7) We commit ourselves to comply with and ensure that all of our subcontractors comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties,. Moreover, we shall implement environmental and social risks mitigation measures such as specified in the environmental and social management plan or, if appropriate, in the environmental and social impact assessment notice provided by the Contracting Authority.
7. We, as well as members of our joint venture and our subcontractors authorise AFD to inspect accounts, records and other documents relating to the procurement and performance of the Contract and to have them audited by auditors appointed by AFD.

Name:____________________ In the capacity of _____________________
Signature:______________________________
Duly empowered to sign the proposal in the name and on behalf of ____________________

Bidding Documents


No bidding documents have been included in this request for tenders.

Personalized Content

To make things easier we can help you keep track of the businesses that you've viewed and contacted. To use these features please enable cookies.

×