THE REPUBLIC OF UGANDA
MINISTRY OF WATER AND ENVIRONMENT
REQUEST FOR EXPRESSION OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
UGANDA
IRRIGATION FOR CLIMATE RESILIENCE PROJECT (ICRP)
LOAN NUMBER P163836
REFERENCE NO. MWE/CONS/25-26/00029
| ASSIGNMENT : | CONSULTANCY SERVICES FOR COMPREHENSIVE REVIEW AND FINALISATION OF THE DETAILED DESIGN FOR NYIMUR IRRIGATION SCHEME IN LAMWO DISTRICT. |
The Government of Uganda has received financing from the World Bank towards the cost of the Irrigation for Climate Resilience Project (ICRP) and intends to apply part of the proceeds for Consultancy Services for Comprehensive Review and Finalisation of the Detailed Design for Nyimur Irrigation Scheme in Lamwo District.
The consultant will be required to critically review, update, and finalize the Feasibility Study (2017) and Detailed Design (2019) for Nyimur Irrigation Scheme. This will involve a comprehensive verification of all prior data and assumptions, followed by the necessary additional investigations and analyses to produce a revised, bankable detailed design report and tender ready documents that meet current World Bank standards and safeguard policies.
The specific objective of the assignment are to; (i) Confirm that the project remains technically, economically, financially, socially and environmentally viable before proceeding to the updated Detailed Design and investment commitment, (ii) Verify that the existing design complies with all relevant national and international technical standards, codes and best practices (e.g. dam safety, hydraulic structures), (iii) Assess the structural integrity and safety of the dam under all normal and extreme loading conditions (e.g. updated PMF, seismic events), (iv) Update all fundamental studies (hydrology, sediment, geotechnical, agronomic assessments) using the latest available data and climate change projections;, (v) Identify and incorporate value engineering opportunities to optimize project costs without compromising quality or safety;, (vi) Ensure the updated design fully incorporates all environmental and social safeguard measures and commitments; and (vii) Produce a complete set of final detailed engineering designs, drawings, technical specifications and bidding documents suitable for international competitive bidding.
The implementation period of the assignment is Twelve (12) Calendar Months.
The detailed Terms of Reference (TOR) for the assignment can be accessed at https://www.mwe.go.ug/library/tendersprocurement
The Ministry of Water and Environment (MWE) now invites eligible Consulting firms to indicate their interests in providing the services. Interested firms should provide sufficient information demonstrating that they meet the required qualifications and relevant experience to perform the services. The shortlisting criteria are:
- The Consultant shall demonstrate experience in carrying out at least two (02) similar assignments in the last 10 years. The similarity of the projects shall be based on the design of a storage dam (earth fill, rock fill, and RCC or gravity dam) and irrigation system with a command area of not less than 4,000ha, and with experience in similar conditions with at least one (01) assignment in Sub-Saharan Africa. The value of the similar design assignment cited should be at least USD 400,000.
- The Consultant must submit firm’s organogram to demonstrate technical and managerial capability.
- Presence of appropriate skills among staff including: Dam Design/ Civil Engineer (Team Leader), Irrigation and Drainage Specialist, Agricultural Planner/ Agronomist, Geotechnical Engineer, Engineering geologist, Hydrologist, Soil Specialist/ Pedologist, Land Surveyor, Social Development Specialist, Environmental Specialist, Quantity Surveyor. (Please do not submit CVs and bio data of experts at this stage).
The attention of interested consultants is drawn to Section III, paragraphs 3.14, 3.16 and 3.17 of the World Bank’s ‘Procurement Regulations for IPF Borrowers’ November 2020 [Procurement in investment Project Financing; Goods, Works, Non-Consulting and Consulting Services, setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
A consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) Method set out in the World Bank Procurement Regulations for IPF Borrower’ November 2020.
Information and clarifications can be obtained not later than three days to the date of submission at the address below during office hours (Monday to Friday, 08:30 – 17:00 hours, except on public holidays).
Expressions of interest (One original plus three copies) must be delivered in a written form to the address below on 11th May 2026 at 11:00 a.m. The packages must be clearly marked as; “Expression of Interest for Consultancy Services for Comprehensive Review and Finalisation of the Detailed Design for Nyimur Irrigation Scheme in Lamwo District.”
Deliver to:
Head Procurement and Disposal Unit
Ministry of Water and Environment, Headquarters
Ground Floor
Plot 3-7, Kabalega Crescent, Luzira
Kampala, Uganda
Email Address: mikhail.duncan@gmail.com, iseganyi1988@gmail.com
