INTEGRATED WATER MANAGEMENT AND DEVELOPMENT PROJECT-ADDITIONAL FINANCING (IWMPP-AF)
PROJECT ID: PI 163782
CONSTRUCTION OF KYEGE GWA – MPARA – RUYONZA - KYAKA - KABAGORE PIPED WATER SUPPLY AND SANITATION SYSTEM IN TWO (2) LOTS:
LO1: CONSTRUCTION OF HEAD WORKS FOR KYEGE GWA – MPARA – RUYONZA - KYAKA - KABAGORE PIPED WATER SUPPLY AND SANITATION SYSTEM IN KYEGE GWA AND KYENJOJO
DISTRICTS & LO1.2: CONSTRUCTION OF MID STREAM WORKS FOR KYEGE GWA – MPARA – RUYONZA - KYAKA - KABAGORE PIPED WATER SUPPLY AND SANITATION SYSTEM IN KYEGE GWA
AND KAZO DISTRICTS. REF NO: MWE/WRKS/25-26/00007
The Republic of Uganda has applied for additional financing from the World Bank towards the cost of the Integrated Water Management and Development Project and intends to apply part of the proceeds towards payments under the contract for Construction of Kyegegwa – Mpara – Ruyonza - Kyaka -Kabagore piped water supply and sanitation system in two (2) Lots: Lot 1: Construction of head works for Kyegegwa – Mpara – Ruyonza - Kyaka - Kabagore piped water supply and sanitation system in stream works for Kyegegwa – Mpara – Ruyonza - Kyaka -Kabagore piped water supply and sanitation system in Kyegegwa and Kazo Districts.
The Ministry of Water and Environment now invites sealed Bids from eligible Bidders for the above works under two (02) Lots. The construction period for each Lot is 15 Months. Details on the above works are provided in the bidding document. The qualification requirements are detailed in Section III of the Bidding document. A margin of preference shall apply.
Bidding will be conducted through International Competitive Procurement 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 September 2025 (“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 document. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60% for technical and 40% for cost.
Interested eligible Bidders may obtain further information from Head, Procurement and Disposal unit, Ministry of Water and Environment at mihali.duncan@gmail.com with copy to iseganyi1988@gmail.com and inspect the Bidding document during office hours from 9:00 a.m. to 5:00 p.m. on official working days (Monday-Friday) at the address given below in (11).
The Bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of UGX 500.000 (Uganda shillings). Five Hundred Thousand (N0L) of the equivalent in a freely convertible currency prior to submission date. The method of payment will be by bank payment Advice Form obtained from 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 (11).
(a) Pre-Bid site Visit conducted by the Employer shall take place at the following date, time and place:
| Lot | Date & Time | Meeting point | Contact person |
|---|---|---|---|
| Lo1 | 24th March 2026 | Kyegegwa District | Eng. Emmes Lyutyanga +25677257914 |
| Lo2 | 25th March 2026 | Headquarters |
(b) Pre-Bid meeting will take place at the following date, time and place:
Date: 30th March 2026
Time: 11:00 a.m. Ugandan time
Place: Ministry of Water and Environment Headquarters – DWD Boardroom
Bids must be delivered to the address below on or before 11:00 a.m. Ugandan time on Friday, 24th April 2026. 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 pulled apart in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address below in (11). All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Employer until the second public Bid opening.
All Bids must be accompanied by (i) a Bid Security of Lot 1; UGX 600,000.000 (Uganda Shillings); Six Hundred Million (USD) and Lot 2; UGX 400,000.000 (Uganda Shillings); Four Hundred Million (USD) or its equivalent in freely convertible currency acceptable to the Employer (ii) Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration and (iii) Local Labour Method Statement.
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.
The address referred to above is:
Attn: Assistant Commissioner- Procurement and Disposal Unit
Ministry of Water and Environment
Plot 3-7, Kabalega Crescent, Luzira
P.O Box 20026
Ground Floor
Luzira, Kampala
Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.