SPECIFIC PROCUREMENT NOTICE

MINISTRY OF WORKS, HOUSING AND WATER RESOURCES

Greater Accra Resilient and Integrated Development Project

IDA Credit No.: 64100

Construction of 3 No. Sand Traps in the Odaw Channel and South Kaneshie tributary

RFB No: GH- MWHWR-477547-CW-RFB

National Competitive Procurement

Invitation for Bids (IFB)

1. The Government of Ghana has received financing from the World Bank toward the cost of the Greater Accra Resilient and Integrated Development (GARID) Project and intends to apply part of the proceeds toward payments under the contract for the Construction of 3 No. Sand Traps in the Odaw Channel and South Kaneshie tributary. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.

2. The Ministry of Works, Housing and Water Resources invites sealed bids from eligible contractors for the construction of 3 No. Sand Traps in the Odaw Channel and South Kaneshie tributary. The project involves the construction of three sand traps within the Odaw lined Channel and its main urban tributaries, with the goal of reducing sediment accumulation, increasing the hydraulic efficiency of the watercourse, and decreasing the frequency of dredging operations. This intervention is part of a broader maintenance and rehabilitation program for the Odaw River Basin, which plays a key role in flood risk mitigation in the city of Accra.

The three selected sites for the installation of the sand traps are: downstream of Caprice Bridge, near the confluence with the Onyasia Stream; downstream of the lower Nima drain confluence; and on the South Kaneshie channel, downstream of the Mataheko confluence. The site selection was based on several criteria, including sediment accumulation, accessibility, space availability, environmental and social impact, and proximity to sediment handling facilities.

The sand traps are designed to reduce water flow velocity, enabling the settlement of target particles (fine sand and gravel). The dimensions vary depending on the site: Caprice (25x55x2 m), Nima (35x50x2 m), and Kaneshie (15x24x0.7 m), with respective storage volumes of approximately 2,750 m³, 3,500 m³, and 252 m³. To enhance sedimentation efficiency, baffle walls are included in each trap, dividing them into multiple flow-slowing chambers.

Regular dredging of the sand traps will be carried out using a remote-controlled floating dredge equipped with an electric submersible pump. The extracted material is temporarily deposited in nearby storage areas, where it is dried and then either sold to off-takers or transported to a landfill.

The dredging equipment, including 200 m³/h pumps and a combination of floating rubber pipes and buried HDPE pipes, is designed to maximize operational efficiency and mobility. Each site will also be equipped with a mobile diesel generator, waterproof electric cables, and a maneuvering area suited for three-axle trucks.

The contract period for the execution of the entire project is set at nine months.

3. Bidding will be conducted through National Competitive Procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 6th Edition February, 2025 (Procurement Regulations), and is open to all eligible Bidders as defined in the Procurement Regulations.

4. Interested eligible Bidders may obtain further information from the Ministry of Works and Housing, Daniel Kusi, email: dkojokusi@gmail.com and inspect the Bidding document during office hours (9:00 Hrs GMT-16:00 Hrs GMT) at the address (2) given below.

5. The Bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address (1) below and upon payment of a nonrefundable fee of GH¢ 2,000.00 (Two Thousand Ghana Cedis) or in a freely convertible currency. The method of payment will be The document will be sent by Courier at an additional cost of GHC 100.00.

6. Bids must be delivered to the address (3) below on or before 10:00 HRS GMT on July 4, 2025. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address (3) below on on July 4, 2025 at 10:00 HRS GMT.

7. All bids must be accompanied by a bid security of GH¢ 500,000.00 from a reputable bank.

8. All Bids must be accompanied by a Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration.

9. 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.

10. The addresses referred to above are:

Address (1): Inspection and Purchase:

Name of Office: Ministry of Works, Housing and Water Resources

Street Address: Ministries, Accra

Floor/Room Number: Ground Floor, Procurement Unit

City: Accra

Country: Ghana

Email Address: dkojokusi@gmail.com

Attention: The Procurement Manager, GARID

Address (2): For Clarifications:

Name of Office: Ministry of Works, Housing and Water Resources

Street Address: Ministries, Accra. P.O. Box M43, Accra.

Floor/Room Number: 2nd Floor, Rm. 202

City: Accra

Country: Ghana

Email Address: mctett@gmail.com

                          cc: tenders@garid-accra.com

Attention: The PIU Lead

Address (3): For Bid Submission and Opening:

Name of Office: Ministry of Works, Housing and Water Resources

Street Address: Valco Link, Ministries, Accra

Floor/Room Number: 3RD Floor, Rm.308 Conference Room

City: Accra

Country: Ghana