Lot 3: Consultancy Services for the Design Review and Construction Supervision: Kyenjojo (Kihura)-Bwizi-Rwamwanja-Kahunge (68km)/Mpara-Bwizi (37km) Road Upgrading Project totaling to 105km

Closed
Notice Type
International Competitive Bidding
Issue Date
Last date of submission
Tender Type
Expression of Interest
Project code
UGA 1055
Project title
Upgrading of National Roads in Uganda
Email
procurement@unra.go.ug

REQUEST FOR EXPRESSIONS OF INTEREST

                                                                                    (CONSULTANCY SERVICES – SELECTION OF FIRMS)           

 

THE REPUBLIC OF UGANDA

 

Upgrading of National Roads in Uganda

 

Sector: Transport

 

Assignment Title: Lot 3: Consultancy Services for the Design Review and Construction Supervision: Kyenjojo (Kihura)-Bwizi-Rwamwanja-Kahunge (68km)/Mpara-Bwizi (37km) Road Upgrading Project totaling to 105km

 

Mode of Financing: Installment Sale

 

Financing No: UGA 1055

 

Procurement Reference No. UNRA/SRVCS/2022-23/00017/3.

  1. The Government of Uganda has applied for financing from the Islamic Development Bank towards the cost of the Upgrading of National Roads in Uganda and intends to apply part of the financing to payments under the contract for; Consultancy Services for the Design Review and Construction Supervision of Kyenjojo (Kihura)-Bwizi-Rwamwanja-Kahunge (68km)/Mpara-Bwizi (37km) Road Upgrading Project totaling to 105km - Lot 3.

 

  1. The services consist of Design review and Construction Supervision of the Kyenjojo (Kihura)-Bwizi-Rwamwanja-Kahunge (68km)/Mpara-Bwizi (37km) Road Upgrading Project totaling to 105km) - Lot 3. To enable efficient and proper implementation of the project. The consulting services (“the Services”) include the following:

 

  1. Provision of the required pre-construction services aimed at ensuring a smooth project start, implementation and delivery in the context of the selected contractors, by minimizing project risk. This shall include design review, review of contractor’s proposed methodology and where necessary reinstatement of survey controls and undertaking incidental designs etc;
  2. Supervision of all construction works on the proposed road project, as the “The Engineer” under “Conditions of Contract for Construction for Building and Engineering Works, Designed by the Employer (“Red book”) second edition 2017” published by the Federation Internationale Des Ingenieurs-Conseils (FIDIC, including during the Defects Notification Inspection, to ensure timely completion and conformity to desired standards and budget;
  3. Facilitation of Implementation of Environmental Management Plan (EMP), Environmental Monitoring Plan (EMoP) and Resettlement Action Plan (RAP);
  4. Design of 12.5km town roads and,
  5. Technology Transfer.

The detailed Terms of Reference (ToRs) for the assignment can be obtained from the address in 9 below.

  1. The duration of design review and construction supervision is 54 months comprising 6 months design review (3 of which shall be prior to commencement of Construction Supervision), 36 months construction supervision and a 12-month Defects Notification Period.

 

  1. The Uganda National Roads Authority (UNRA) now invites eligible consultants to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, and availability of appropriate skills among staff, etc.) Key Experts will not be evaluated at the shortlisting stage.

 

  1. The attention of interested Consultants is drawn to Paragraphs, 1.23, and 1.24 of the Guidelines for Procurement of Consultant Services under Islamic Development Bank Project Financing (the “Procurement Guidelines”), setting forth IsDB’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.

To qualify for shortlisting, the Consultants Expressions of Interest shall be assessed based on the following evaluation criteria.

 

  1. Preliminary Examination to determine the eligibility of firms;
  1. a copy of the Certificate of Incorporation of the Provider or its equivalent for companies not incorporated in Uganda;
  2. a signed statement indicating that the provider does not have a conflict of interest in the subject of the procurement;
  3. a Power of Attorney;

 

  1. Detailed evaluation to assess the competence of firms against the following criteria
  1. A minimum of Ten (10) years of core business as a Consultant in Road Infrastructure projects
  2. Submit the firm’s organogram to demonstrate the firm’s technical and managerial capability;
  3. Experience of at least five (5) similar assignments of similar scope, nature and value in the last ten (10) years, which have been successfully implemented with positive client recommendations in the last 10 years;
  4. Experience in similar conditions with at least two (2) similar projects in sub-Saharan African or other countries in the world at similar level of development as sub-Saharan Africa

 

  1. A consultant will be selected in accordance with Quality and Cost-Based Selection (QCBS/MC) from Member Countries method set out in the Procurement Guidelines
  2. Further information can be obtained at the address below during office hours 0900 to 1700 hours (local time) on Mondays to Fridays.

 

  1. Expressions of Interest in English in One (1 No.) Original and Two (2 no.) Copies must be delivered to the address below in person on or before 25th April 2023 at 11:00 a.m. with the envelope or packaging clearly marked.

“Lot 3: Expression of Interest for " Consultancy Services for the Design Review and Construction Supervision of Kyenjojo (Kihura)-Bwizi-Rwamwanja-Kahunge (68km)/Mpara-Bwizi (37km) Road Upgrading Project totaling to 105km”

 

  1. Expressions of interest must be delivered in written form to the address below (in person, or by mail/ Courier) at or before 25th April 2023 at 11:00 a.m.

 

Director Procurement/Head, Procurement & Disposal Unit

Uganda National Roads Authority,

Plot 3-5, New Port Bell Road,

UAP Nakawa Business Park

First Floor, Block D,

P. O. Box 28487,

Kampala – Uganda

E-mail: procurement@unra.go.ug

Web site:  http//www.unra.go.ug