Announcement to Invite Bids (AIB) to WASH Infrastructures of Busoga Region WASH Project

at Korea Foundation for International Healthcare (KOFIH)
Location Kampala, Uganda
Date Posted June 10, 2025
Category Management
NGO
Job Type Full-time
Currency UGX

Description

Announcement to Invite Bids (AIB) to WASH Infrastructures of Busoga Region WASH Project

INVITATION TO BIDDERS

Korea Foundation for International Healthcare (KOFIH) Uganda is a government-run agency of the Republic of Korea, and since 2017, mainly in partnership with the Ministry of Health, KOFIH Uganda has been supporting the health and humanitarian sector for the people of Uganda. Recently, KOFIH Uganda has secured funding from the Community Chest of Korea to implement the Project on Reduction & Prevention of Waterborne Diseases in Busoga Region (Hereinafter referred to as ’Busoga WASH Project’). To prevent water-borne diseases by improved access to safe water and sanitation facilities, KOFIH Uganda invites qualified bidders to install or construct the following assignments in Iganga District Local District;

  • One (1) unit of Water Tank System at Bulubandi A Central Village.
  • One (1) unit of Sanitation (Toilet) Facility at Bunyiiro Primary School.

The unit cost is set as follows, which will be applied to a contractor on a lump sum and Terms of Reference for Busoga WASH Project(Provisional), as attached in Annex 1

  • One unit of Water Tank System at Bulubandi A Central Village: $35,000
  • One unit of Sanitation (Toilet) Facility at Bunyiiro Primary School: $10,000

The Contract will last six (6) Months after signing the contract

  1. Call for Bids

Those who are interested in this bidding should send ‘Expression of Interest’ not later than 16:00 05 June (Thu), 2025, with a company profile as an attachment to kofihugandarecruit@gmail.com with a copy to info@busogahealthforum.org after payment of a surety fee of UGX 100,000 to the following bank details;

    • Stanbic Bank Uganda Limited, Account Number: 9030017692061(Bank holder: Busoga Health Forum)

A surety fee will be used to provide you with the bidding documents (including drawings, bill of quantities, and other materials), which you can collect during the Bidding Orientation (as per the attached program in Annex 2) scheduled for 10:00 – 16:00 on 17 June (Tue), 2025, at the Financial Department Board Room, Iganga District Local Government. The orientation will be followed by project site visits in the Iganga District Local Government. Participation by all bidders is mandatory

 

  1. Submission Instructions

In this regard, eligible and interested Ugandan registered firms are requested to prepare an offer with two separate sealed envelopes:

    • Envelope A – Technical Proposal and Company Profile
    • Envelope B – Financial Proposal

The submission deadline is set at 10:00, 27 June (Fri), 2025, and documents must be hand-delivered (hand-carried) to the following address:

KOFIH, Country Office, 3rd Floor Mariba House, 17 Golf Course Road, Kololo, Kampala with a bidder’s bond of 10% of the Total contract sum. The envelopes must be clearly marked: “Busoga Region WASH Project – Wash Infrastructure Works”.

 

  1. Bidding Presentations / Pitching day

Presentations shall be made by Bidders at 10:00, on 30 June (Mon) 2025 at KOFIH, Country Office, 3rd Floor Mariba House, 17 Golf Course Road, Kololo, Kampala.

The details of the Evaluation Criteria are enclosed here in Annex 2.

This procurement will be conducted following the prescribed related rules and regulations of KOFIH and the government of the Republic of Korea.

 

  1. Attachments

<Annex 1. > Terms of Reference for Busoga WASH Project (Provisional) –  here attached

<Annex 2. > Bidding Orientation Day Program – here attached

<Annex 3. > MoUs between KOFIH and Iganga District Local Government plus Iganga General Hospital – To be provided on the Bidding orientation Day

<Annex 4. > Project site photos and location maps – To be provided on the Bidding orientation Day

<Annex 5. > Land ownership agreements – To be provided on the Biding orientation Day

<Annex 6. > Bid Data Sheet (BDS) – To be provided on the Bidding orientation Day

<Annex 7. > Technical Specifications and Drawings – To be provided on the Bidding orientation Day

<Annex 8. > Soil Test Report – To be provided on the Bidding orientation Day

<Annex 9. > Bill of Quantities (BOQ) – To be provided on the Bidding orientation Day

<Annex 10. > Sample Forms and Schedules – To be provided on the Bidding orientation Day

<Annex 11. > Draft Contract and General Conditions –  To be provided on the Biding orientation Day

 

<Annex 1.>    Terms of Reference for Busoga WASH Project (Provisional)

  1. Terms of reference

 

  • Installation of Water Tank System at Bulubandi A Central Village – $35,000

Scope:
Design, supply, installation, and commissioning of a complete water supply system including raw water extraction, filtration, storage, piping, and solar-powered operation.

Description of Work:

  • Installation of 5-Ton Raw Water Storage Tank:
    Supply and install a 5-ton capacity raw water tank to store extracted water prior to treatment.
  • Feed Pump Installation:
    Supply and install feed pumps to convey water from the raw tank to the treatment system.
  • Sand Filter Installation:
    Install sand filtration units for the removal of suspended solids and particulates from raw water.
  • Activated Carbon Filter Installation:
    Install activated carbon filters to remove chlorine, organic compounds, and odor from the water.
  • Cartridge Filter Installation:
    Install cartridge filters for fine filtration and removal of residual contaminants.
  • Installation of 2-Ton Drinking Water Tank:
    Supply and install a 2-ton capacity clean water tank for safe drinking water storage.
  • Water Pipe Connecting Works:
    Execute the installation of all necessary interconnecting water pipelines, valves, and fittings to link system components.
  • Solar System Installation:
    Supply and install a solar energy system to power water extraction and pumping equipment, ensuring sustainable, off-grid operation.
  • Painting Works

Apply anti-corrosive and waterproof paint to all exposed surfaces and use color coding where appropriate (e.g., blue for water access points) and ensure a clean, aesthetic finish. Also include Visibility messages with logos and other applicable sensitization messages for KOFIH, Community Chest of Korea, and other partners.

  • Operation and Maintenance (O&M)

Outlines of the procedures and responsibilities necessary for the effective functioning, upkeep, and longevity of the water treatment and storage infrastructure.

  • Construction of Toilet (Sanitation Facility) at Bunyiiro Primary School – $10,000

Scope:
Construction of supporting infrastructure, including the building structure for water treatment systems, septic facilities, and all necessary finishing works.

Description of Work:

  • Septic Tank Digging:
    Excavation and preparation of septic tank pits for wastewater management.
  • Cementing Work:
    Conducting concrete works for foundations, floors, and other structural elements.
  • Wall Construction:
    Masonry works for the construction of building walls for housing water treatment units and support facilities.
  • Roofing Works:
    Supply and installation of roofing structures to protect facilities from environmental conditions.
  • Ceiling Works:
    Installation of ceiling systems for internal rooms and facility spaces.
  • Plastering Works (Wall and Ceiling):
    Interior plastering to provide smooth and durable finishes to walls and ceilings.
  • Plastering Works (Floor and Outside):
    Plastering of floors and external building surfaces to enhance strength and aesthetics.
  • Painting Works (Wall and Ceiling):
    Interior painting to protect and beautify the wall and ceiling surfaces.
  • Painting Works (Outside):
    External painting to weatherproof and decorate outer walls and structures includes Visibility messages with logos and other applicable sensitization messages for KOFIH, Community Chest of Korea, and other partners.
  • Operation and Maintenance (O&M)

Outlines of the procedures and responsibilities necessary for the effective functioning, upkeep, and longevity of the Toilet infrastructure.

  • Source of Funding

The project is funded through a grant from the Community Chest of Korea, under the direct management of KOFIH Uganda, after signing the MoU with the office of the Prime Minister (OPM), as well as with the Iganga District Local Government.

  1. Eligibility and Qualification Requirements

Bidders must submit evidence of the following:

  • Certificate of Incorporation or Registration in Uganda
  • Current Trading License
  • Valid Tax Clearance Certificate from Uganda Revenue Authority
  • Successful completion of at least three (3) WASH-related projects within the past five (5) years
  • Audited financial statements for the last two (2) years
  • Qualified personnel (Project Manager, Site Engineer, Plumber/Technician)
  • Ownership or confirmed access to required equipment and machinery
  1. Acquisition of Bidding Documents

The Bidding Documents will be provided on-site during the Bidding Orientation by Busoga Health Forum upon confirmation of payment of a non-refundable surety fee of UGX 100,000

To the Bank details:

BankStanbic Bank Uganda Limited
AddressJinja Branch
Account NameBusoga Health Forum (BHF) Uganda Limited
Account Number9030017692061

The bidding document includes:

  • Instructions to Bidders (ITB)
  • Project site photos and location maps
  • Land ownership agreements
  • Bid Data Sheet (BDS)
  • Technical Specifications and Drawings
  • Soil Test Report
  • Bill of Quantities (BOQ)
  • Sample Forms and Schedules
  • Draft Contract and General Conditions
  1. Mandatory Bidding Orientation Meeting and site visits

mandatory pre-bid meeting, orientation and site visit will be held to clarify technical and procedural issues.

  • Bid Orientation Day: 10:00, 17 June (Mon), 2025, at the Financial Department Board Room in Iganga District Local Government
  • Site Visit: 12:00, 10:00, 17 June (Mon), 2025 at Bulubandi A Central Village and Bunyiiro Primary School in Iganga District

Attendance is compulsory. Firms not represented will be disqualified from further participation.

  1. Submission of Bids

Bids must be submitted in two separate envelopes:

  • Envelope A – Technical Proposal and Company Profile
  • Envelope B – Financial Proposal

The envelopes must be clearly marked:
“BUSOGA REGION WASH PROJECT – WASH INFRASTRUCTURE WORKS”
Submissions should be delivered physically (hand-carried) to:
KOFIH, Country Office, 3rd Floor Mariba House, 17 Golf Course Road, Kololo, Kampala

Deadline for submission: 10:00, 27 June (Fri), 2025.
Late bids will be rejected.

  1. Bid Opening

Bids will be opened publicly in the presence of bidders or their authorized representatives at:

  • Venue: KOFIH, Country Office, 3rd Floor Mariba House, 17 Golf Course Road, Kololo, Kampala
  • Date: 10:00, 27 June (Fri), 2025
  1. Bid Evaluation Process

Evaluation will be conducted in two stages after the PPT Presentations by Bidders at 10:00, 30 June (Mon) 2025 at KOFIH, Country Office, 3rd Floor, Mariba House, 17 Golf Course Road, Kololo, Kampala.

8.1. Evaluators

The evaluation will be conducted by the following four (04) evaluators:

  • Mr. Jung Sang Hoon – Project Manager / Senior Advisor
  • Mr. Ssekitoleko Gabriel – Project Assistant
  • Kavuma Prichard – Project Coordinator
  • Obal Philips – Environment and Health Officer, Jinja District

 

  • Proposed Observer

To ensure transparency, the process was observed by:

  • Representative from the Officer, Public Health (OPM)
  • Representative from the Busoga Health Forum
  • Representative from Iganga District Local Government

8.3. Technical Evaluation (90%)

  • Design, Uniqueness, and Work Plan (30%)
  • Visibility plan, Technology proposed, Special Offers, warranty, operational and maintenance plan (30%)
  • Firm’s Experience (10%)
  • Presentation sessions and communication skills (10%)
  • Key Personnel Qualifications (5%)
  • Equipment and Resources (5%)

Only bidders scoring at least 60% in the technical evaluation will proceed to the financial evaluation.

8.4. Financial Evaluation (10%)

  • Price competitiveness
  • Compliance with the BOQ
  • Financial soundness and completeness
  1. Award of Contract

The contract negotiations will start with the preferred bidder with the highest combined technical and financial score, with a focus on the detailed implementation plan and contract terms.

 

The contract will be signed with the preferred contractor upon prior agreement and submission of all required documentation necessary to commence the work.

Career development programs
  1. Contract Terms
  • Bidder Bond: 10% of the total contract price (When participating in the bidding process)
  • Advance Payment: 30% against a valid bank guarantee/bond and the inception report endorsed by KOFIH
  • Payment Schedule: 65% payment based on the certificate of completion of works and completion report endorsed by KOFIH
  • Retention Fee: 5%, released after a six-month Defects Liability Period
  • Liquidated Damages: 1% of contract price for each day of unjustified delay
  1. Supervision and Quality Assurance

The project will be jointly supervised by:

    • KOFIH Uganda Project Team
    • Iganga District Local Government Engineering Department

Contractors must adhere to the rules and regulations of KOFIH and the Government of the Republic of Korea, as well as applicable WASH guidelines and health and safety standards in force in Uganda.

  1. Special Conditions
  • Contractors must ensure compliance with environmental, health, and safety regulations
  • All required permits and approvals must be secured before the bidding process begins. All inquiries should be addressed during the orientation day. Once bidding commences, all responsibilities will rest with the selected contractor
  1. Contact for Clarifications

All inquiries or clarifications regarding this bidding process must be officially addressed to: KOFIH, Country Office
Email: kofihuganda@gmail.com

Following the Bidding Orientation Day, a WhatsApp group will be created for all bidders that will attend. This group will be used to share inquiries and responses, as well as other important communications.

  1. Important note

This Announcement to Invite Bids (AIB) forms part of the complete bidding documents. Interested bidders must obtain the full set of documents for full project specifications and requirements on the Bidding Orientation Day

<Annex 2.> Bidding Orientation Day Program

Date: 16 June (Mon), 2025
Venue: Financial Department Board Room, Iganga District Local Government

TimeActivityResponsible Person(s)/Institution
09:00 – 10:00Arrival and registration, including distribution of bidding document packs and identification tagsBusoga Health Forum
10:00 – 10:10Opening RemarksMr. Onyait Silver Ochan, The Deputy Chief Administrative Officer  – Iganga District Local Government
10:10 – 11:30Welcome Address and Project BriefMr. Jung Sang Hoon – Project Manager
10:30 – 11:30Presentation on the WASH project scope and timelines, the bidding process and requirements, as well as the financial requirements and bid submission guidelines.Gabriel Ssekitoleko – Project Assistant
11:30 – 12:30Presentations on Technical Overview including Designs, Specifications & Expected Outputs Eng. Yateesa Samuel -The District Water Officer
12:30 – 13:30Q&A SessionKOFIH and Iganga District Local Government
14:00 – 16:00Site Visits to: 

1. Bulubandi A Central Village (Water Tank System)

2. Bunyiiro Primary School (Sanitation Facility)

Guided by the District Water Officer and the Busoga Health ForumContact persons:

1.       Gabeya Proscovia –  Chairperson, Bulubanda A Central Village – 0758035190

2.       Mutesi Aisha – Head teacher Bunyiiro P/S – 0702845272

Drop files here browse files ...
WARNING: Do not to pay any money to get a job. Please report fraudulent jobs to info@everjobs.ug