Consultancy Services for the Design Review and Construction Supervision for the Upgrading of Kumi - Ngora – Serere - Kagwara (95km) Road Project including Construction of Selected Town Access Roads (13Km) to Paved Bituminous Standard
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES– SELECTION OF FIRMS)
THE REPUBLIC OF UGANDA
Upgrading of Kumi – Ngora – Serere – Kagwara Road Project
Sector: Transport
Consulting Services: Consultancy Services for the Design Review and Construction Supervision for the Upgrading of Kumi - Ngora – Serere - Kagwara (95km) Road Project including Construction of Selected Town Access Roads (13Km) to Paved Bituminous Standard.
Mode of Financing: Installment Sale
Financing No: UGA 1065
Procurement Reference No.: MoWT/ CONS/ 24-25/00032
- The Government of Uganda (GoU) represented by Ministry of Works and Transport has applied for financing in the amount of US$ 137.5m equivalent from the Islamic Development Bank (IsDB) and Abu Dhabi Fund for Development toward the cost of Upgrading of Kumi – Ngora – Serere – Kagwara Road Project, and intends to apply part of the proceeds for consultant services.
- The services include Consultancy Services for the Design Review and Construction Supervision for the Upgrading of Kumi – Ngora - Serere - Kagwara (95km) Road Project including Construction of Selected Town Access Roads (13Km) to Paved Bituminous Standard. The duration of the assignment is Fifty One (51) Calendar months. The consulting services (“the services) include the following;
- Review the design that will entail checking and confirming the completeness, accuracy and adequacy of all survey and engineering design works prepared by the design consultant since the design is less than five (5) years old. [Refer to Former UNRA Design Policy 2022]
- Update all reports and drawings to address the identified deficiencies after agreement with Ministry of Works and Transport.
- Ensure the road is constructed in accordance with the Technical Specification, Engineering Drawings or any amendments thereto and meet the standard quality of the end product.
- To ensure the use of available material resources to optimize project costs, maximize the quality of the Works, support the expedited delivery of project works and ensure works are executed in an environmentally and socially sustainable fashion; and
- Ensure that the road is constructed within the Contract Price and Time for Completion allowed under the contract or any agreed amendments thereto.”
- Supervise all construction works as the “Engineer” under the FIDIC MDB Conditions of Contract, including during the Defects Notification Period, to ensure timely completion and conformity to desired standards and budget.
- Facilitation of Implementation of Environment and Social Impact Assessment (ESIA), Environmental Management Plan (EMP), Environmental Monitoring Plan (EMoP) and Resettlement Action Plan (RAP).
- Technology and Knowledge Transfer
- The detailed Terms of Reference (TOR) for the assignment can be found at the following website: http//www.works.go.ug
- Ministry of Works and Transport (MoWT) now invites eligible consulting firms ("Consultants") to indicate their interest in providing the Services. Interested Consultants must provide specific information, which demonstrates that they are fully qualified to perform the services. (Brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Key Experts will not be evaluated at the Shortlisting stage.
- The shortlisting criteria are:
- A minimum of Ten (10) years of core business as a Consultant in Road Infrastructure projects
- Submit the firm’s organogram to demonstrate the firm’s technical and managerial capability;
- 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;
- 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
- The attention of interested Consultants is drawn to 1.12.1 and 1.12.2 paragraphs of the Procurement Policy of the Guidelines for the Procurement of Consultancy 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.
- A Consultant will be selected in accordance with the Quality-and Cost-Based Selection (QCBS/ MC) as set out in the Procurement Guidelines.
- Interested consultants may obtain further information at the address below during office hours Monday to Friday (0900 to 1700 hrs.-Local Time).
- Expressions of interest in English must be delivered in written form in one original and two copies to the address below in person or by mail, or by courier, on or before May 9, 2025 at 11:00am with the envelope or packaging clearly marked, “Consultancy Services for the Design Review and Construction Supervision for the Upgrading of Kumi – Ngora - Serere – Kagwara (95km) Road Project including Construction of Selected Town Access Roads (13Km) to Paved Bituminous Standard.
Assistant Commissioner;
Procurement and Disposal Unit
Ministry of Works and Transport
Plot 57/59, Jinja Road
P.O.BOX 7174 Kampala
Country: Uganda
Telephone: (041) 4 320 101/9
Facsimile number: (041) 4 321 364
Electronic mail address: mowt@works.go.ug