Consultancy Services for the Design Review and Construction Supervision of Civil Works for Construction of Masindi Port Bridge (510.0m) and Access Road (4.6km) from Gravel to Bitumen Standard

Closed
Notice Type
IsDB Member Country Bidding
Issue Date
Last date of submission
Tender Type
Expression of Interest
Project code
UGA 1055
Email
procurement@unra.go.ug

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES– SELECTION OF FIRMS)

Country: Uganda

Sector: Transport

Consulting Services: Consultancy Services for the Design Review and Construction Supervision of Civil Works for Construction of Masindi Port Bridge (510.0m) and Access Road (4.6km) from Gravel to Bitumen Standard.

Mode of Financing:  Installment Sale

Financing No: UGA 1055

Procurement Reference No.: UNRA/SRVCS/2023-24/00079

  1. The Government of Uganda has received financing from the Islamic Development Bank towards the cost of Upgrading National Roads in Uganda project, and intends to apply part of the proceeds for consultant services.

 

  1. The services include Design Review and Construction Supervision of Civil Works for Construction of Masindi Port Bridge (510.0m) and Access Road (4.6km) from Gravel to Bitumen Standard to enable efficient and proper implementation of the project. The consulting services (“the Services”) shall 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 bridge and access 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. Technology Transfer

 

  1. The duration of design review and construction supervision is 51 months comprising 3 months’ design review and update, 36 months construction supervision and a 12-month Defects Notification Period.
  2. The detailed Terms of Reference (TOR) for the assignment can be found at the following website:  http//www.unra.go.ug
  3. The Uganda National Roads Authority (UNRA) 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 assignments, availability of appropriate skills among staff, etc.).

 

  1. The shortlisting criteria are:

 

  1. Preliminary Examination to determine the eligibility of firms;
  1. A copy of the Certificate of Incorporation of the firm or its equivalent if the consulting firm is not incorporated in Uganda.
  2. A signed statement indicating that the firm does not have a conflict of interest in the subject of procurement.;
  3. A copy of the Power of Attorney and;
  1. Detailed evaluation to assess the competence of firms shall be done against the following criteria;
  1. A minimum of ten (10) years of core business as a Consultant in Road/bridge 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 assignments with at least two (02) similar projects in Sub-Saharan African or other countries in the world at similar level of development as Sub-Saharan Africa.

 

  1. 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.

 

  1. 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.

 

  1. A Consultant will be selected in accordance with the Quality-and Cost-Based Selection (QCBS/MC method) from Member Countries as set out in the Procurement Guidelines.

 

  1. Interested consultants may obtain further information at the address below during office hours Monday to Friday (0900 to 1700 hrs.-Local Time).

 

  1. Expressions of interest in English in one original and two copies must be delivered to the address below in person or by courier/e-mail, on or before 14th -August-2024 at 11:00am with the envelope or packaging clearly marked with the assignment title.

 

  1.    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

           Tel: 256-312-233100/ 256-414-318000

           E-mail: procurement@unra.go.ug  

           Web site:  http//www.unra.go.ug