• Contact Us
  • New Tenders
  • Register
  • Login

Rehabilitation of One (1) Staff House in Palluda Health Center, Palabek Refugee Settlement, Lamwo District

UgandaTenders notice for Rehabilitation of One (1) Staff House in Palluda Health Center, Palabek Refugee Settlement, Lamwo District. The reference ID of the tender is 52382104 and it is closing on 06 May 2021.

Tender Details

  • Country: Uganda
  • Summary: Rehabilitation of One (1) Staff House in Palluda Health Center, Palabek Refugee Settlement, Lamwo District
  • UGT Ref No: 52382104
  • Deadline: 06 May 2021
  • Financier: Other Funding Agencies
  • Purchaser Ownership: -
  • Tender Value: Refer Document
  • Notice Type: Tender
  • Document Ref. No.: IRC/2UA/KI/WRKS/009/2021
  • Purchaser's Detail:
  • Purchaser : INTERNATIONAL RESCUE COMMITTEE
    Supply Chain Department offices in Kampala Plot 7, Lower Naguru East Road Tel: +256 0393 263673 / +256 0200 963673
    Email :ua-kampalaprocurement@rescue.org / ua-irckampala.bids@rescue.org

  • Description:
  • Tenders are invited for Rehabilitation of One (1) Staff House in Palluda Health Center, Palabek Refugee Settlement, Lamwo District. INTERNATIONAL RESCUE COMMITTEE, INC. Uganda BID NOTICE CONSTRUCTION WORKS IN BIDI BIDI, PALABEK, RHINO CAMP AND IMVEPI REFUGEE SETTLEMENTS The International Rescue Committee, hereinafter referred to as β€œthe IRC”, is a non-profit, humanitarian agency that provides relief, rehabilitation, protection, resettlement services, and advocacy for refugees, displaced persons and victims of oppression and violent conflict. The IRC has been working in Uganda since 1998 in response to mass displacement and devastation wrought by the rebel group, the Lord-s Resistance Army (LRA). Since then, in partnership with various donors, the IRC in Uganda has expanded to meet the needs of the conflict-affected regions of Karamoja and Acholi, and in the West Nile region, South Western Uganda as well as amongst urban refugees in Kampala and has a requirement for construction works. Interested and suitably qualified suppliers may download the RFP documents with the required tender information and Specifications from the IRC Website: http://www.rescue.org/about/procurement or request complete tender information from the Supply Chain Department offices in Kampala Plot 7, Lower Naguru East Road or at all IRC office in Lamwo, Palabek Kal Trading Center, Imvepi and Bidi Bidi Base Camps during office hours 9:00 AM - 4:00 PM from April 15, 2021 to May 6, 2021. Bidder shall submit sealed bids addressed to the PROCUREMENT COMMITTEE, at International Rescue Committee Plot 7, Lower Naguru East Road or at all IRC offices at the addresses shown above latest 4:00PM (East African Standard Time) on May 6, 2021. Bidders can also submit their bids via email address UA-IRCUganda.Tenders@rescue.org. The Supply Chain Department may be contacted at +256 0393 263673, +256 0200 963673 or email UA-KampalaProcurement@rescue.org and copy UA-IRCKampala.Bids@rescue.org for more information. IRC believes in integrity, service & accountability, IRC has Zero tolerance to corruption and provides equal opportunity. Planned Timetable Issue Request for Proposal Date 15th April 2021 Bidders return signed Intent to Bid forms due date Date 26th April 2021 Questions from Bidders due date Date 27th April 2021 Answers to Bidders questions due date Date 29th April 2021 Bid submission due date Date 6th May 2021 Bid Opening and Evaluation date (Bidders are invited to attend the bid opening) Date 11th May 2021 Supplier site Visit Date 20st to 21st May 2021 Award of Business Date 6th June 2021 Contract start Date 7th June 2021 A. INTRODUCTION 1. The International Rescue committee The International Rescue Committee, hereinafter referred to as β€œthe IRC”, is a non-profit, humanitarian agency that provides relief, rehabilitation, protection, resettlement services, and advocacy for refugees, displaced persons and victims of oppression and violent conflict. 2. The Purpose of this Request for Proposal (RFP) It is the intent of this RFP to secure competitive proposals to select Contractor(s) for the International Rescue committee, Uganda Country Program to do Construction at various sites . All qualified and interested contractors are invited to submit their proposals. Bidders shall be domiciled in and shall comply with all Government Regulations to operate in Uganda. Bidders shall be regular taxpayers and shall furnish a copy of their operating license/certificate of registration valid for the fiscal year 2021/22. Bidders shall not be under a declaration of ineligibility for corrupt or fraudulent practices. 3. Cost of Bidding. The Bidder shall be responsible for all costs associated with the preparation and submission of its bid, and IRC hereinafter referred to as β€œthe Purchaser”, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. B. THE BIDDING DOCUMENTS: 4. The Bidding Documents The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents prepared for the selection of qualified contractor. Failure to furnish all information required as per the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder-s risk and may result in bid rejection. The Bidding documents shall include the following documents: β€’ The Request for Proposal - RFP (this document). β€’ Vendor information form β€’ Intent to bid. β€’ Bill of Quantities (BoQ) β€’ Technical drawing β€’ Certificate of site inspection. 5. Clarification of Bidding Documents A prospective Bidder requiring clarification of the Bidding Documents may notify the Purchaser in writing at (UA-KampalaProcurement@rescue.org and copy (UA-IRCKampala.Bids@rescue.org. The request for clarification must reach the purchaser not later than 27th April 2021. The Purchaser shall respond by e-mail providing clarification on the bid documents no later than 29th April 2021. Written copies of the Purchaser-s response (including an explanation of the query but without identifying the source of inquiry) shall be communicated to all prospective Bidders which express an intention to submit bids. C. PREPARATION OF BIDS: 6. Language of Bid The Bid and all related correspondence and documents exchanged between the Bidders and the Purchaser shall be written in English. Any printed literature furnished by the Bidder and written in another language shall be accompanied by an English translation of its pertinent passages, in which case, for purposes of interpretation of the bid, the English version shall prevail. 7. Documents Comprising the Bid The submitted bid shall include the following information. Failure to provide all requested information or to comply with the specified formats may disqualify the Bidder from consideration. Eligibility documents that will be checked before technical evaluation (Preliminary Evaluation) β€’ Profile of the company β€’ Certified or color copy of trading license. β€’ Certified or color copy of income tax clearance β€’ Copy of VAT Registration Certificate (If applicable) β€’ Registered Power of Attorney (if addressed to IRC should be Original and if general should be certified by Register of Companies or be a color copy) β€’ Certificate of Business registration β€’ Memorandum and Article of Association Technical (Envelop/Folder) β€’ Schedule I Tenderer-s Programme of works β€’ Schedule II - Tenderer-s Key Personnel with CVs and academic documents β€’ Schedule III - Tenderer-s machinery with evidence of ownership or lease agreement with the owner of the machinery. β€’ Evidence of experience i.e recommendation letter or Certificate of Completion, β€’ Certificate of Site Inspection - duly endorsed (signed and Stamped) by IRC representative at the respective sites (IRC Field Coordinator for Base camp construction sites and Health Center In-charge at Health Center construction sites.) β€’ Evidence of ownership of the equipment (Vehicle Receipts or Registration book) or lease agreement Financial Envelop β€’ Schedule IV - Tenderer-s Basic Prices and Rates/The Priced Bills of Quantities. β€’ Certified audited books of accounts for the past three years β€’ Vendor Information form (VIF) β€’ Signed and stamped letter to IRC (Purchaser) by the contractor that 70% or more of the work shall be completed using contractor-s own resources. β€’ Last three months Bank statement β€’ Capabilities of getting loan-letter from a financial institution if contractor doesn-t have resources of its own to do the work. β€’ Other important documents bidder feels need to be attached to support his/her bid. 8. Bid Prices. The Bidder shall clearly indicate the unit price of the items in the Bill of Quantities (BoQ). All unit prices shall be clearly indicated in the space provided in the BoQ, and all unit prices quoted in the RFP response shall be agreed to be in effect for a minimum of twelve (12) months beginning on the date when the contract is executed, with the exception of products or services which are subject to significant and unavoidable market forces which prevent this, in which case the Bidder shall describe and justify the driver(s) of potential price fluctuation during the first twelve (12) months of the agreement. The Bidder shall sign and stamp the Bill of Quantities (BoQ)/price schedule with the Bidding Company-s seal where feasible. 9. Bid Currencies All financial rates and amounts entered in the Bid Form and Bill of Quantities/Price Schedule and used in documents, correspondence, or operations pertaining to this tender shall be expressed in Ugandan Shillings. 10. Document Establishing Goods Eligibility and Conformity to Bidding Documents Pursuant to Clause 8, the Bidder shall furnish, as part of its bid, documents establishing the eligibility and conformity to the Bidding Documents of all goods and services, which the Bidder proposes to supply under the Contract. The Documentary evidence of the goods- and services- conformity to the Bidding Documents may be in the form of technical specifications, literature, drawings, data (tables, graphs etc.), and shall furnish: β€’ A detailed description of the goods- essential technical and performance characteristics. β€’ A clause-by-clause commentary on the Purchaser-s Technical Specifications demonstrating the goods- and services- substantial responsiveness to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications. The Bidder may propose alternate standards, brand-names and/or catalogue numbers in its bid, if it demonstrates to the Purchaser-s satisfaction that the substitutions are substantially equivalent or superior to those designated in the Technical Specifications. 11. Bid Security
  • Documents:

 Tender Notice

If you are registered member, kindly login to view full details of this tender notice:

CLICK HERE TO LOGIN
UgandaTenders Features

UgandaTenders Features

Fresh and verified Tenders from Uganda. Find, search and filter Tenders/Call for bids/RFIs/RFPs/RFQs/Auctions published by the government, public sector undertakings (PSUs) and private entities.

  • 1,000+ Tenders
  • Verified Tenders Only
  • Accurate Tender Information
  • New Tenders Every Day
  • Consultants for RFI/RFP/RFQ
  • Search, sort, and filter Tenders
  • Customer Support
  • Publish your Tenders
  • Consulting Services
  • Export data to Excel or CRM
Tender Experts

Get A Call From Tender Experts

Fill out the form below and you will receive a call from us within 24 hours.

Thank You for Contacting ZimbabweTenders !!
Email Id is already exist !!
Captcha Image
Invalid Captcha !

Get FREE SAMPLE TENDERS from Uganda in your email inbox.

  Chat with us