Welcome to AFD/dgMarket


Recherche
Recherche Avancée

WATER STORAGE AND IRRIGATION DEVELOPMENT PROJECT (WSIDP) (EXPIRED)

Appel à Manifestation d'Intérêt

Informations générales

Pays:   Ouganda
Ville/Localité:   Isingiro district
Date de publication:   Mar 21, 2023
Date limite (heure locale):   Avril 4, 2023 - 11:00
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   UGANDA - Ministry of Water & Environment
Eligibilité des Soumissionaires:   This Request for Expressions of Interest is open to: Consulting firms only
Eligibility criteria to AFO financing are specified in sub-clause 1.3 of the "Procurement Guidelines for
AFD-Financed Contracts in Foreign Countries", available online on AFO's website; http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Sub consultant may participate in several applications.
If the Applicant Is a JV, the expression of interest shall include:
- a copy of the JV Agreement entered into by all members,
or
- a letter of intent to execute a JV Agreement, signed by all members together with the copy of the
Agreement proposal.
In the absence of this document, the other members will be considered as Sub consultants.
Experiences and qualifications of Sub consultants are not taken into account in the evaluation of the applications,
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.
Determination of the similarity of the experiences will be based on:
i) The nature of the services shall comprise feasibility studies and design of Irrigation schemes with command area of not less than 1,000 ha with either earth dams, diversion weirs or barrages.
ii) The Applicant should demonstrate experience of similar assignments with multi-purpose water storage infrastructure design (including hydropower) and development of associated governance arrangements for water management and agricultural production.
iii) The Applicant must have carried out at least two (2) assignments similar In nature and scope, and
With a value of at least US$ 0.5 Million in the last 10 years. Cited projects with insufficient information shall not be considered. For each references, the Applicant should provide a Client certificate of satisfactory services.
lv) The Applicant should demonstrate experience of similar assignments working in similar conditions in sub-Saharan Africa. An experience in Uganda would be added advantage.
v) The Applicant should demonstrate experiences of conducting at least 2No. Environmental and Social Impact Assessments undertaken in the last 10_years, for projects similar in nature, scope and budget
The Client will also take into account for the evaluation of the applications the following items: Skills and availability of in-house technical back-up experts provided to the on-site experts;
- Local representatives/partners;
- Quality assurance procedures and certifications of the Applicant Including ISO 9001 Or equivalent. The Client will also set at minimum technical threshold for the evaluation of the Environmental and Social
Impact Assessment aspects of the technical proposal.
In addition, successful firms invited to present Technical and Financial Proposals shall be required to present NEMA Certification of the Consulting firm or any of their associate/partner firms or for the relevant experts to conduct the ESIA Studies.

An application that does not meet any of these requirements will be rejected.
Langue d'origine:   Français

Contact

Adresse :   Ronald Kasozi
Eng.
Ministry of Water and Environment
Plot 3-7, Kabalega Crescent, Luzira
Kampala, Kampala 20026
Ouganda
Téléphone:   +256-414·220229
Fax:   +256-414-505941
Adresse électronique :   pdu@mwe.go.ug.
Site Web:   http://www.mwe.go.ug

Missions

 

Dossier d'appel d'offres et documents joints

 
  • Amendement: Time Extension (504 KB; Mar 18, 2023)
  • Sollicitation: Advert REOI v2 (281 KB; Mar 21, 2023)
     Télécharger le(s) document(s)

Texte original

WATER STORAGE AND IRRIGATION DEVELOPMENT PROJECT (WSIDP)
CONSULTING SERVICES
Expression of Interest

The Government of Uganda represented by the Ministry of Water and Environment has requested and secured a grant from the Agence franc’aise de Developpement ("AFD), and intends to use part of the funds thereof for Consultancy Services for Complementary Feasibility Study and Design for the proposed Water Storage and Irrigation Development Project (WSIDP).

The objective of the WSIDP Project is to enhance food security and livelihoods for farmers in the Project areas through improved access to water for production for multipurpose uses including Irrigation and livestock watering.

The Services of the Consultant shall consist of a Complementary Feasibility Study for the Project, the Engineering Design for two large-sized Irrigation schemes, the Environmental and Social Impact Assessment Evaluation of the Project and the preparation of tender documents. Situated in the Isingiro district, the Nsongezi Bulk Water Supply and Irrigation Scheme would be based on a raw water intake at River Kagera deserving one or several reservoirs through pumping stations for a command area of approximatively 2690 hectares. The Imvepi Bulk Water Supply Systems and Irrigation infrastructure in Terego Districts would comprise a 25m high embankment dam creating a reservoir capacity to serve an estimated command area of 1,424 ha. The multipurpose dam shall serve potential multiple uses including livestock watering, human consumption; energy among others. For all the irrigation schemes the consultant shall study and prepare proposals for farmer-based management systems for sustainability of the project interventions. The Consultant shall also study and propose interventions for increasing agricultural production and productivity; agro-processing and value addition.
The Ministry of Water and Environment hereby invites Applicants to show their interest in delivering the
Services described above.
This Request for Expressions of Interest is open to: Consulting firms only
Eligibility criteria to AFO financing are specified in sub-clause 1.3 of the "Procurement Guidelines for
AFD-Financed Contracts in Foreign Countries", available online on AFO's website; http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Sub consultant may participate in several applications.
If the Applicant Is a JV, the expression of interest shall include:
- a copy of the JV Agreement entered into by all members,
or
- a letter of intent to execute a JV Agreement, signed by all members together with the copy of the
Agreement proposal.
In the absence of this document, the other members will be considered as Sub consultants.
Experiences and qualifications of Sub consultants are not taken into account in the evaluation of the applications,
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.

Determination of the similarity of the experiences will be based on:
i) The nature of the services shall comprise feasibility studies and design of Irrigation schemes with command area of not less than 1,000 ha with either earth dams, diversion weirs or barrages.
ii) The Applicant should demonstrate experience of similar assignments with multi-purpose water storage infrastructure design (including hydropower) and development of associated governance arrangements for water management and agricultural production.
iii) The Applicant must have carried out at least two (2) assignments similar In nature and scope, and
With a value of at least US$ 0.5 Million in the last 10 years. Cited projects with insufficient information shall not be considered. For each references, the Applicant should provide a Client certificate of satisfactory services.
lv) The Applicant should demonstrate experience of similar assignments working in similar conditions in sub-Saharan Africa. An experience in Uganda would be added advantage.
v) The Applicant should demonstrate experiences of conducting at least 2No. Environmental and Social Impact Assessments undertaken in the last 10_years, for projects similar in nature, scope and budget
The Client will also take into account for the evaluation of the applications the following items: Skills and availability of in-house technical back-up experts provided to the on-site experts;
- Local representatives/partners;
- Quality assurance procedures and certifications of the Applicant Including ISO 9001 Or equivalent. The Client will also set at minimum technical threshold for the evaluation of the Environmental and Social
Impact Assessment aspects of the technical proposal.
In addition, successful firms invited to present Technical and Financial Proposals shall be required to present NEMA Certification of the Consulting firm or any of their associate/partner firms or for the relevant experts to conduct the ESIA Studies.

An application that does not meet any of these requirements will be rejected.
Among the submitted applications, the Ministry of Water and Environment will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.
The Expressions of Interest must be submitted to the address below no later than Tuesday 21st March,2023 11:00 am, local time after publication on https://afd.dgmarket.com) and on www.mwe.go.ug.
Email: pdu@mwe.go.ug.
Addressed to The Head, Procurement and Disposal Unit
Ministry of Water and Environment
Plot 3-7, Kabalega Crescent, Luzira
Tel: +256-414·220229
Fax: +256-414-505941
Kampala, UGANDA
kateregga9@hotmail.com copy to: kayron@engineer.com, imigadde91@gmail.com
Interested Applicants may obtain further information at the address below during office hours:
Procurement and Disposal Unit Ministry of Water and Environment
Plot 3-7, Kabalega Crescent, Luzira
Tel: +256-414-220229
Fax: +256-414-505941
Kampala, UGANDA
Office hours: 8am - 5pm
Monday to Friday

Appendix to the Request for Expressions of Interest
(To be submitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility
Reference of the bid or proposal (the "Contract") To: (the "Contracting Authority")
1. We recognize and accept that Agence Franca,ise de Developpement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or sub consultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.
2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or sub consultants 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, reorganization or being in any analogous situation arising from any similar procedure;
2.2 Having been:
a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract); .
b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);
c) Convicted. within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed 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 been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, Unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against Us;
2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;
2.6 Being subject to an exclusion decision of the World Bank and being listed on the website httg://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract):
2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.
3. We hereby certify that neither we, nor .any of the members Of our joint venture or any of our suppliers, contractors, subcontractors, consultants or sub consultants 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 procurement process 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 consultant, or being under common control with another bidder Or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;
3.4 Being engaged in a consulting services 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 procurement of goods, works or plants:
a) Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;
b) 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 state-owned entity, and to compete in a procurement process, 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 the procurement process and performance of the corresponding 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's country, 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 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 Person to perform or refrain from performing any and 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 antl-competltlve 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 supplier, contractors, subcontractors, consultants or sub consultants 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 suppliers; contractors, subcontractor, consultants or sub consultants 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 Organization (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESGP) provided by the Contracting Authority.
7.. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or sub consultants authorise AFD to inspect accounts, records and ether documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.
Name:
In the capacity of:
-----_
Duly empowered
to sign in the name and on behalf of':
_
Signature: Dated:
_
1 In case of jdint venture, insert the name of tile joint venture. Tile per!iqn who will sign thl) application, bld or proposal on behalf of the applicant, bid
Veuillez noter que cet avis est pour information seulement.
Nous nous efforçons de fournir des informations les plus exactes et mises à jour mais nous ne pouvons pas garantir que toutes les informations fournies sur notre site ne contiennent pas d'erreur.
Si vous avez des suggestions/corrections pour cet avis, n'hésitez pas à nous en informer.