Abridged Bid Notice Under Open Bidding tender at EACOP
Posted by: great-volunteer
Posted date: 2026-Mar-07
Location:
EAST AFRICAN CRUDE OIL PIPELINE MINIMUM SUPPLIER QUALIFICATION REQUIREMENTS Organizations expressing their interest are invited to document their request with the following: -
Documentation of a clear understanding of the scope for services to be provided and details of design and implementation of similar projects. -
Evidence of previous contracts of similar scope, including reference letters or completion certificates from at least three (3) reputable clients within the past three years. -
Profiles of key personnel proposed for this engagement, including their qualifications, relevant experience and any applicable certifications. -
Company profile including an organizational structure. -
Copies of all relevant licenses and certifications. -
Viable business license (both copy). -
Local presence and partnerships. -
A Certificate of Compliance with National Social Security Fund (NSF). -
Proof of appropriate registration with the National Supplier Database (NSD) maintained by the Petroleum Authority of Uganda (PAU). -
A statement of compliance with the Petroleum (Bathing, Conversion, Transmission and Midstream Storage) (National Contract Regulations), 2016. -
Proof of registration with the Uganda Revenue Authority (JRA) and Tax Clearance Certificate for the latest year available. -
Bank confirmation letter of financial capacity. -
Submission of audited financial accounts for the past three years. -
Proof of signed Anti-corruption, Antibribery, Compliance and Human Rights policies. -
Evidence of a Quality Health, Safety, and Environment (QHSE) Management system, organization and process in compliance with applicable local and industry standards for similar works. CONSULTANT RESPONSIBILITIES The contractor shall be responsible for: -
Reviewing EACOP's National Content reports and supporting documents. -
Consulting on feasibility plans across the various initiatives. -
Designing and developing project assessment methodology. -
Developing data collection tools and sampling strategies. -
Collecting qualitative and quantitative data from relevant stakeholders, including beneficiaries, partners and key informants. -
Analysing data to assess project outcomes and impacts. -
Validating preliminary findings with stakeholders where feasible. -
Preparing a comprehensive impact assessment report with clear conclusions and recommendations. -
Presenting findings to the company and relevant stakeholders. The project traverses 10 districts in Uganda. Furthermore, several companies and individuals engaged as contractors or service providers are based in Kampala or other regions across the country. These geographical considerations should be considered when designing the methodology of data collection activities. MINIMUM SUPPLEMENTAL QUALIFICATION REQUIREMENTS Organizations expressing their interest are invited to document their request with the following: -
Documentation of a clear understanding of the scope for services to be provided and details of design and implementation of similar projects. -
Evidence of previous contracts of similar scope, including reference letters or completion certificates from at least three (3) reputable clients within the past three years. -
Profiles of key personnel proposed for this engagement, including their qualifications, relevant experience and any applicable certifications. -
Company profile including an organizational structure. -
Copies of all relevant licenses and certifications. -
Viable business license (both copy). -
Local presence and partnerships. -
A Certificate of Compliance with National Social Security Fund (NSF). -
Proof of appropriate registration with the National Supplier Database (NSD) maintained by the Petroleum Authority of Uganda (PAU). -
A statement of compliance with the Petroleum (Bathing, Conversion, Transmission and Midstream Storage) (National Contract Regulations), 2016. -
Proof of registration with the Uganda Revenue Authority (JRA) and Tax Clearance Certificate for the latest year available. -
Bank confirmation letter of financial capacity. -
Submission of audited financial accounts for the past three years. -
Proof of signed Anti-corruption, Antibribery, Compliance and Human Rights policies. -
Evidence of a Quality Health, Safety, and Environment (QHSE) Management system, organization and process in compliance with applicable local and industry standards for similar works. Companies which have the ability, capacity, and resources to implement the activities listed above should express their interest by sending an Expression of Interest (EOI) via email, together with the above listed documents, to procurement.wgtf eacop.com (max. email size 20MB) or in before 17th March 2026 no later than 17:00 hours East African Time (EAT). Statements of EOI should not be more than ten (10) to twenty (20) pages long. All Expressions of Interest should be submitted in English. HOTEL EACOP (ID) will review and assess the documents provided by companies that have expressed interest in accordance with this EO and conduct evaluations based on internal criteria to determine which companies will be included in the list of prequalified companies. Only the pre-qualified companies will receive, by signing a Non-Discussion Agreement (NDA), an invitation to bid as a consortium of the call for tender process. EACOP ID reserves the right to cancel or postpone to make the decision to select or reject a company and/or institution in its decision without having to give reasons to the company concerned.
|