All Tenders  →  Uganda

Consultancy services for design and supervision of construction of the proposed border facilities at Mpondwe and Bunagana border post


Ministry Of Works And Transport

Category:
Bid notice date:
March 19th, 2018
Bid closing date:
April 11th, 2018
Bid document fee:
0 UGX
Bid security:
0 UGX
Procurement Ref No:
MOWT/CONS/17-18/00333

The Ministry of Works and Transport has secured funds from the World Bank to be used for acquisition/procurement of consultancy services for feasibility studies, master plan and preparation of designs (architectural, engineering), documentation and construction supervision of infrastructure at Mpondwe and Bunagana Border Posts. The Ministry of Works and Transport now invites eligible consulting firms (Consultancy) to express their interest in providing the above services. Interested firms/Consultants must provide information indicating that they are qualified to perform the services with among others, showing experience in similar assignments, availability of appropriate skills among staff, proof of legal status, financial capacity and firm organizational set up.

MPONDWE BORDER POST

The objective of the assignment:

The objective of the Consultants' assignment is to ensure that the proposed facilities are developed, assessed and designed, within budget, to the agreed quality standards and on time. The Consultant shall accomplish these objectives by carrying out required technical surveys, investigations and assessments and preparing the necessary designs (architectural and engineering).

The consultant shall review existing documents and data available:

(Environment Impact assessment for Mpondwe Border Post; Feasibility Studies; Economic Feasibility, Institutional Framework, Legal Audit & Traffic Study) in accomplishment of the above objectives. The consultant will be required to review and update these existing documents and data for purposes of producing proper detailed engineering designs and other expected deliverables.

BUNAGANA BORDER POST.

The objective of the assignment:

The objective of the Consultants' assignment will be to ensure that: (a) The flow of traffic is improved at the border. (b) Appropriate systems are identified and installed that will support improved border management by border agencies. (c) Appropriate systems and facilities are identified and installed to support better safety for those working at and crossing borders.

The Consultant will accomplish this objective by conducting studies on; (i) the current nature of traffic flow at the border (ii) the management systems being employed and (ii) the safety of persons using and working at the border. After the studies have been conducted, the consultant will identify hindrances and shortcomings with the status quo and propose interventions (both infrastructural and procedural) to improve the above.

The consultant will also assist MoVVT in procurement of a provider to implement the interventions proposed through preparation of bid notices, evaluation of providers' bids, negotiation of contracts and administering the contract and supervising the provider.

The scope of services for this assignment (Mpondwe & Bunagana Border posts): The Consultant selected shall; (i) Conduct feasibility studies to establish plot boundaries, carry out engineering and land surveys of the plot, interface with agencies operating at the border and establish trends and patterns of traffic flow, incidences of harassment and safety of persons working at and using the border crossing. (ii) Prepare designs (architectural and engineering), cost estimates and tender documents.

The Consultant selected shall carry out the assignment in two parts as hereunder, with each part being based on the form of contract indicated: Part I: Design and tender action for the office building — Lump sum contract (a) Inception stage (b) Outline (Preliminary) and design (c) Scheme Design (d)

Detailed design and tender documents (e) Tender action. Part II: Supervision and monitoring of construction works —Time based contract (a) Construction stage (b) Post-construction and project closure stage.

The Expression of the Interest submission should include but will not be limited to the following:

1. Full names of consultant/Firm or joint venture, their address, registration details, VAT certificate etc;

2. Organizational set up of the firm and its financial capacity;

3. Authorized contact persons with their full addresses including physical address, telephone numbers, e-mail, etc;

4. A brief profile of the consultants/ joint venture (in case of joint venture, an agreement indicating the joint venture is to be furnished).

5. Evidence of extensive knowledge and experience in related field.

6. Availability of required skills with brief on this assignment- related man power strength.

7. Experience of similar assignments undertaken (completed or ongoing) in a related field.

8. All on-going assignments/projects that the firm is currently engaged in, showing the names of the clients and Assignments, year of commencement, progress (% work done) and expected date of completion.

The short listing criteria:

1. Eligibility of the Firm to perform the Assignment including legal and administrative compliance.

2. Similar experience of at least three (3) assignments of similar nature and scope;

 3. Availability of appropriate staff skills including among others Project Manager/ Team Leader, Architect, Structural Engineer, Civil Engineer, Building Services Engineer (Electrical), Building Services Engineer (Mechanical installations/ Sanitation), Communications/IT Engineer, Quantity Surveyor, Land Surveyor, Environmentalist, Sociologist, Trade Facilitation Expert.

4. At least 10 years experience in consultancy services of a similar nature.

5. A bidder has an average annual turnover over the last five consecutive years of at least UGX 300,000,000 (Three hundred million)

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, shall be indicated in the expression of interest. 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 Sealed Expressions of interest shall be delivered in sealed envelopes with one (1) original plus three (3) copies both hard to the address below on or before 11th April, 2018 at 11:00 hours (local time). The packages must be clearly marked, PROCUREMENT OF CONSULTANCY SERVICES FOR DESIGN AND SUPERVISION OF CONSTRUCTION OF THE PROPOSED BORDER FACILITIES AT MPONDWE AND BUNAGANA BORDER POST.

PROCUREMENT REFERENCE NUMBER: MOW /CONS/17-18/00333

The Head, Procurement and Disposal Unit,

 Ministry of Works and Transport, Plot 57/59, Jinja Road

P.O. Box 7174, KAMPALA

Tel:256-414-320101/9, Fax: 256-414320134 Kampala Uganda

Bageya Waiswa PERMANENT SECRETARY

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.

×