COUNTRY: UGANDA
NAME OF PROJECT: UGANDA CITIES AND MUNICIPALITIES INFRASTRUCTURE DEVELOPMENT (UCMID) PROGRAM LOAN NO./CREDIT NO./GRANT NO.: P511300
The Government of Uganda has received financing from the World Bank towards undertaking the Uganda Cities and Municipalities Infrastructure Development (UCMID) Program and intends to apply part of the proceeds for inviting eligible Consulting Firms to express their interest in providing Consultancy Services for Design of Climate Resilient Engineering Infrastructure for UCMID Program Participating Cities, Municipalities and Refugee Hosting Districts.
The Consulting Services (“the Services”) include undertaking engineering designs (including update) conducting ESIA & RAP studies and preparation of tender documents for Selected Climate Resilient Infrastructure. The infrastructure to be designed falls under five pillars namely: (a) Pillar 1-Traffic Planning and Mobility, (b) Pillar 2-Urban drainage and flood mitigation, (c) Pillar 3-Marine beach solutions (NBS), (d) Pillar 4-Sustainable solid waste management. The nature of the infrastructure, specific scope of services and expected outputs/developables of the assignment are provided in the Terms of Reference.
The Ministry of Lands, Housing and Urban Development now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the above consultancy Services. Interested Consultants must provide a capability statement indicating that they are qualified to perform the services (including brochures, description of similar assignments; availability of appropriate skills among staff etc.).
The procurement is open to all consultants except those already undertaking similar assignments with the PDE.
The Consultants shall be selected in accordance with the provisions of the Public Procurement Regulations for IPF Borrowers, July 2016 as amended from time to time. Each Firm will need to submit one original and 5 hard copies of the documents (soft copy [pdf] in a USB Drive & hard copy).
The shortlisting criteria shall include:
a) Eligibility requirements including:
i. Letter of Expression of Interest: duly completed and signed by the authorized signatory.
ii. Valid practicing and/or trading license, certificate of incorporation or registration.
iii. Evidence of valid registration certification and license to operate as an Engineer/Architectural Design and Consultancy Firms as required by law and issued by authorized agency.
iv. Company documents including memorandum and articles of association. Registered Notary Powers of Attorney if registered outside Uganda. Registered JV agreement where applicable clearly stating the roles of each firm in the JV.
v. URSB Registered beneficial ownership form or equivalent where applicable.
A signed statement indicating that the consultant does not have a conflict of interest in the subject of the procurement.
A copy of the Consultants’ valid tax declaration certificate or equivalent where applicable.
A copy of the Consultants’ valid social security contributions in Uganda or equivalent where applicable addressed to Ministry of Lands, Housing and Urban Development.
A copy of the Consultant’s latest SEER Renewals in respect of three (3) projects similar to the services required here.
Financial record: Previous 3 years audited reports from a certified audit firm.
Experience:
i. General Experience of the firm of at least five (5) years in infrastructure design and construction supervision.
ii. Specific Experience: the firm should have successfully participated in at least one (1) assignment of similar nature (existing not less than USD 500,000) in an urban setting in Sub-Saharan Africa during the last ten (10) years.
iii. Preference of skills among the consultants personnel and having adequate numbers in the areas Engineering, Environment, Social safeguards, Architecture, Surveying and GIS.
iv. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Contract Guidelines.
v. Consultants may associate with other firms in the form of a joint venture or partnership to enhance their qualifications. However, the EOI should specify the nature of association i.e., if it is a joint venture and the role(s) of each consultant.
vi. Interested consultants/firms may obtain further information at the address below during office hours (06:30 to 16:45 hours (Local Time) from 12th February 2026 or via the Ministry website on https://mlhud.go.ug/.
vii. Written Expressions of Interest should be delivered to the address above by 10:00 am on 4th March 2026.
The Permanent Secretary
Ministry of Lands, Housing and Urban Development, Plot 13-15 Parliamentarian Avenue, Kampala - Uganda.
Attention: The Head of Procurement and Disposal Unit Telephone +256 414 345296 E-mail: pudmuhud@gmail.com or pdu@mlhud.go.ug
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.