Opportunity

Safe Water and Community WASH Behaviour Change Project in Uganda

  • London School of Hygiene & Tropical Medicine

F02: Contract notice

Notice reference: 2022/S 000-028325

Published 7 October 2022, 6:07pm



Section one: Contracting authority

one.1) Name and addresses

London School of Hygiene & Tropical Medicine

Keppel Street

London

WC1E 7HT

Contact

Simon Coller

Email

Simon.coller1@lshtm.ac.uk

Telephone

+44 2079272471

Country

United Kingdom

NUTS code

UKI - London

National registration number

RC000330

Internet address(es)

Main address

http://www.lshtm.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104519

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53762&B=LSHTM

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53762&B=LSHTM

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Safe Water and Community WASH Behaviour Change Project in Uganda

Reference number

LSHTM-2022-71

two.1.2) Main CPV code

  • 85322000 - Community action programme

two.1.3) Type of contract

Services

two.1.4) Short description

(1) Capital and engineering works to bring 16 defunct boreholes and production wells back into use in the Kalungu and Lyantonde districts of Uganda. (2) Education and capacity-building to encourage behavioural change in local communities and increase awareness of how best to use and maintain the water sources. (3) Ongoing monitoring, evaluation and technical support.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services
  • 65111000 - Drinking-water distribution
  • 45262220 - Water-well drilling

two.2.3) Place of performance

NUTS codes
  • UG - Uganda
Main site or place of performance

Uganda

two.2.4) Description of the procurement

(1) Capital and engineering works to bring 16 defunct boreholes and production wells back into use in the Kalungu and Lyantonde districts of Uganda. (2) Education and capacity-building to encourage behavioural change in local communities and increase awareness of how best to use and maintain the water sources. (3) Ongoing monitoring, evaluation and technical support.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2023

End date

31 December 2025

This contract is subject to renewal

Yes

Description of renewals

The parties will have 2 x 1-year extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Tenderers will be expected to have a presence in Uganda (e.g. employees, premises, assets, infrastructure) and recent relevant experience of delivering capital works, engineering services and WASH campaigns including community engagement and capacity-building in that country.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 November 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 November 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London School of Hygiene & Tropical Medicine

Keppel Street

London

WC1E 7HT

Country

United Kingdom

Internet address

www.lshtm.ac.uk

six.4.4) Service from which information about the review procedure may be obtained

London School of Hygiene & Tropical Medicine

Keppel Street

London

WC1E 7HT

Country

United Kingdom