Invitation of Sealed Bids from Eligible Bidders for Supply of Grid Expansion Materials Tender

at Ministry of Energy and Mineral Development (MEMD)
Location Kampala, Uganda
Date Posted June 14, 2025
Category Government
Management
Job Type Full-time
Currency UGX

Description

Invitation of sealed bids from eligible Bidders for supply of Grid Expansion Materials: Wooden Poles in four (4) Lots tender at Ministry of Energy and Mineral Development

SPECIFIC PROCUREMENT NOTICE

Request for Bids / Goods
(Two-Envelope Bidding Process)

Country:  Uganda

Code of Project:  Electricity Access Scale-Up Project (EASP)
Contract Title:  Procurement of Grid Expansion Materials: Wooden Poles (Lots 2a, 2b, 2c and 2d)
Loan No./Credit No./Grant No.:  2021-05-01
RFB Reference No.:  HCHI/GFJN5.7/2024-2025/00047/EASP

Issued on:  07-June 2025

  1. The Government of Uganda has received financing from the World Bank toward a grant of the Electricity Access Scale-Up Project (EASP) and intends to apply part of the proceeds toward payment under the contract for Procurement of Grid Expansion Materials: Wooden Poles (Lots 2a, 2b, 2c and 2d).
  2. The Ministry of Energy and Mineral Development invites sealed bids from eligible Bidders for supply of Grid Expansion Materials: Wooden Poles in four (4) Lots as follows:
Lot NumberContract DescriptionQuantities
2aProcurement of Wooden Poles18,067 Pieces
2bProcurement of Wooden Poles13,633 Pieces
2cProcurement of Wooden Poles10,805 Pieces
2dProcurement of Wooden Poles10,805 Pieces
  1. A pre-bid meeting will take place at the following date, time, and place:
    Date: 24 June 2025
    Time: 2:00 pm East African Time (EAT)
    Place: Directorate of Petroleum, Petroleum House, Level 2 Boardroom, Plot 21-29 Johnston Road, Entebbe, UGANDA
  2. Bidding will be conducted through International Competitive Procurement using a Request for Bids (RFB) as specified in the World Bank "Procurement Regulations for IPF Borrowers" dated July 2016, revised February 2025 ("Procurement Regulations"), and is open to all eligible Bidders as defined in the Procurement Regulations.
  3. Bids will be evaluated in accordance with the evaluation process set out in the Bidding documents. The following weightings shall apply for Evaluation Criteria: Technical and non-price factors: 70% and Bid cost: 30%.
  4. Interested eligible Bidders may obtain further information and inspect the bidding document during office hours from 8:00 am to 5:00 pm (EAT) at the address given in (11) below.
  5. The bidding document in English may be purchased by interested eligible Bidders upon submission of a written application to the address below and upon payment of a non-refundable fee. The method of payment will be by Bank Payment Advice Form. The Bidding Documents in English will be sent by email to the bidder.
  6. Bids must be delivered to the address in (11) below on or before 11:00 am (EAT) on Monday 27th July 2025. Electronic Bidding will not be permitted. Late Bids will be rejected. The outer Bid envelopes marked "FINANCIAL BID" and the inner envelopes marked "TECHNICAL PART" will be publicly opened in the presence of the Bidders' designated representatives at the address in (11) below at 11:00 am (EAT) on Monday 27th July 2025. All envelopes marked "SECOND ENVELOPE: FINANCIAL BID" shall remain unopened and will be held in safe custody of the Purchaser until the second public opening.
  7. All bids must be accompanied by a Bid Security valid until 19th January 2026 in the following amounts:
No.Lot DescriptionAmount
1Lot 2aUGX 201,050,000 or equivalent in freely convertible currency
2Lot 2bUGX 200,750,000 or equivalent in freely convertible currency
3Lot 2cUGX 800,600,000 or equivalent in freely convertible currency
4Lot 2dUGX 800,600,000 or equivalent in freely convertible currency

Each Lot must have a separate Bid Security and be bound together with its respective technical bid. Bidders whose bid securities are issued by a foreign bank must be routed through a correspondent bank in Uganda licensed by Bank of Uganda.

  1. 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.
  2. The address referred to above is:
  • Address for Inspection of the Bidding Documents:
    Ministry of Energy and Mineral Development
    Electricity Access Scale-Up Project Office
    Amber House, Block A, Ground Floor
    Plot 20/23, Kampala Road
  • Address for Submission of Bids:
    Ministry of Energy and Mineral Development
    Amber House, Block C, Room C108
    Plot 20/23, Kampala Road
    Kampala, Uganda

Eng. Irene Batebe
PERMANENT SECRETARY

Company/Career Email: procurementeasp@energy.go.ug

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