All Tenders  →  Uganda

Construction Suppervision To Develop Kabaale International Airport


Ministry Of Works And Transport

Category:
Bid notice date:
December 11th, 2017
Bid closing date:
January 5th, 2017
Bid document fee:
0 UGX
Bid security:
0 UGX
Procurement Ref No:
None
Procurement Type:
Consultancy Services
Procurement Method:
Expression Of Interest
  1. The has allocated/received funds from G.O.U to be used for the acquisition of the consultancy services described below.
  2. The now invites eligible consultants to submit sealed expressions of interest for

    REPUBLIC OF UGANDA Ministry of Works and Transport REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Reference No: MoWT/CONS/2017-18/00188 Assignment Title: Procurement of Consultancy Services for the Supervision services for the Development of Kabaale International Airport, Hoima District. The Ministry of Works and Transport has allocated funds to be used for the Development of Kabaale International Airport, Hoima District and intends to apply part of the proceeds for the provision of the above consulting services to implement the Project. A special purpose airport is needed and will be developed to bring in construction parts and equipment for the refinery and potentially also to the oil fields. In the medium and the long-term the airport will undergo further development to function as Uganda’s second international airport servicing both cargo and passenger traffic. The proposed Kabaale International Airport with a runway length of 3500m and a width of 75m including shoulders will be constructed within the already acquired refinery land of approximately 29 square kilometres in Hoima District. The airport facilities cover 6 villages including Kyapaloni, Bukona, Nyamasoga, Nyahaira, Kitegwa- Majengo and Kamukeduke villages in Kabaale Parish, Buseruka Sub-County in Hoima District. The airport location is a balanced approach of topographical and geotechnical conditions and obstacles, prevailing wind directions, airspace considerations and optimization of the land use within the 29 km2 area. Furthermore, the location ensures further expansion of the airport. The runway directions will be 17/35. The landside will comprise the landside road system, parking area, administration, meteorological office and briefing room, staff housing and commercial areas. The airport is designed to support the operation of large aircraft like the AN124 and Boeing 747-800 as well as all types of wide body and medium sized passenger and cargo aircraft. The airport category will be code F. The runway will only have a width of 45m compared to the standard code F with a width of 60m. However, the reduced width will be sufficient for the above-mentioned dimensioning aircraft types. The apron of the airport will be able to accommodate four AN124 aircraft simultaneously or a higher number of smaller aircraft. The airport is designed for IFR CAT I Precision Approach Procedures in order to mitigate risks of collision with natural and man-made obstacles penetrating the obstacle surfaces. The airport infrastructure will include the following: Airside infrastructure: • The main airside infrastructure in Phase I comprises the 3.5m runway, a short taxiway and a large apron for four AN124 aircraft for delivery of outsized cargo to the refinery. • A mobile tower for Phase I • An Airport Rescue and Fire Fighting service to be provided in accordance with ICAO category 8 standard. Terminals: • A basic cargo terminal is proposed for the initial phase where the cargo will mainly include construction parts and equipment, which in most cases can be transported directly to the refinery site after off-loading from the aircraft in the airport. • A flexible passenger terminal will be provided starting with a simple terminal for workers traffic and subsequently expanded in accordance with the market needs. Landside infrastructure: • The landside facilities include access roads and in particular a wide access road to the refinery for transport of the heavy and large loads. • Furthermore, car parking facilities will be provided for staff working in the airport and for passengers. The Ministry of Works and Transport now invites eligible consulting firms (“Consultants”) to express their interest in providing the Services. Interested consultants must provide information indicating that they are qualified to perform the services (including experience in similar assignments, and availability of appropriate skills among staff, proof of legal status, firm’s organisational set up). Purpose of the Assignment: The consultant will be required to supervise the construction works to ensure quality and compliance with design specifications, smooth progress and timely completion of the works. The short listing criteria are: 1. Eligibility shall include the following; i. Legal capacity – certificate of incorporation/registration. ii. Trading licence for local firms or equivalent for foreign firms. iii. Fulfilment to pay taxes and social security contributions in Uganda or equivalent for foreign firms. iv. No conflict of interest in the subject of procurement. v. Not under suspension by the Public Procurement and Disposal of Public Assets Authority. 2. Experience in at least five (5) assignment of similar nature, scope and magnitude involving Construction supervision for Airport projects. 3. Availability of Appropriate Skills among Staff such as Airport Planning, Geotechnical, Material Management, Pavement, Structural Engineering, Quantity Surveying, Electro/Mechanical, Contracts Management and Environmental and Social Safeguards Expertise. 4. At least 15 years’ experience in consultancy services of a similar nature. 5. Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. The form of association, where applicable, should be indicated in the Expression of Interest. 6. The Consultant association with local companies is a key requirement for this project to facilitate knowledge transfer. 7. Evidence of annual turnover of Uganda Shillings 30 billion in the last 5 years. A consultant will be selected in accordance with PPDA set out Rules and Regulations for Selection of Consultant Guidelines. Interested consultants may obtain further information at the address below during office hours [from 09:00 to 17:00 hours]. This expression of interest is published on the following websites; www. ppda.go.ug; www.works.go.ug Expressions of Interest (One original plus five copies) must be delivered in a written form to the address below. The packages must be clearly marked, “Consultancy Services for supervision of the development of Kabaale International Airport.” Written Expressions of Interest must be delivered to the address below by 5th January 2018 at 11.00 hours, (local time] The Head, Procurement and Disposal Unit, Ministry of Works and Transport, Plot 57-59 Jinja Road P.O Box 7174, Tel: +256-414-320101/9 Fax: 256-414-320134 Kampala, UGANDA Bageya Waiswa Permanent Secretary

  3. Interested consultants should provide information demonstrating that they are eligible and possess the required qualifications to perform the services supported with relevant documentation.
  4. The short listing criteria will include: The short listing criteria are: 1. Eligibility shall include the following; i. Legal capacity – certificate of incorporation/registration. ii. Trading licence for local firms or equivalent for foreign firms. iii. Fulfilment to pay taxes and social security contributions in Uganda or equivalent for foreign firms. iv. No conflict of interest in the subject of procurement. v. Not under suspension by the Public Procurement and Disposal of Public Assets Authority. 2. Experience in at least five (5) assignment of similar nature, scope and magnitude involving Construction supervision for Airport projects. 3. Availability of Appropriate Skills among Staff such as Airport Planning, Geotechnical, Material Management, Pavement, Structural Engineering, Quantity Surveying, Electro/Mechanical, Contracts Management and Environmental and Social Safeguards Expertise. 4. At least 15 years’ experience in consultancy services of a similar nature. 5. Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. The form of association, where applicable, should be indicated in the Expression of Interest. 6. The Consultant association with local companies is a key requirement for this project to facilitate knowledge transfer. 7. Evidence of annual turnover of Uganda Shillings 30 billion in the last 5 years.
  5. Consultants may associate with other firms in the form of a joint venture to enhance their qualifications. The form of association, where applicable, should be indicated in the Expression of Interest.
  6. Preference schemes shall apply when evaluating Request for Proposals from the shortlisted consultants.
  7. Interested eligible consultants may obtain further information at the address given below from -
  8. Sealed Expressions of Interest must be delivered to the address below at or before
    • Before Friday, 05 Jan, 2018 00:00
    • The Head, Procurement and Disposal Unit, Ministry of Works and Transport, Plot 57-59 Jinja Road P.O Box 7174, Tel: +256-414-320101/9 Fax: 256-414-320134 Kampala, UGANDA
    • Tel: and E-mail:
  9. The notice of expression of interest is available at www.ppda.go.ug
  10. The planned Procurement schedule (Subject to changes) is as follows:

    Activity Date
    a. Publication of Notice of Interest Monday, 11 Dec, 2017
    b. Closing Date for receipt of Expression of Interest Friday, 05 Jan, 2018
    C. Evaluation of Expression of Interest From Monday, 19 Feb, 2018 to Friday, 30 Mar, 2018
    d. Display of shortlist Tuesday, 03 Apr, 2018

Bidding Documents


No bidding documents have been included in this request for tenders.

Personalized Content

To make things easier we can help you keep track of the businesses that you've viewed and contacted. To use these features please enable cookies.

×