Uganda National Roads Authority

Feb 02, 2012

Assignment Title: CONSULTANCY SERVICES FOR FEASIBILITY STUDY AND DETAILED ENGINEERING DESIGN FOR THE RECONSTRUCTION AND UPGRADING OF THE KAFU-KARUMA-KAMDINI ROAD (104KM)

REQUEST FOR EXPRESSIONS OF INTEREST

UGANDA TRANSPORT SECTOR DEVELOPMENT PROJECT (TSDP)
Project ID: P092837; Credit No.: 46790

Assignment Title: CONSULTANCY SERVICES FOR FEASIBILITY STUDY AND DETAILED ENGINEERING DESIGN FOR THE RECONSTRUCTION AND UPGRADING OF THE KAFU-KARUMA-KAMDINI ROAD (104KM)

Reference No.: UNRA/SERVICES/2011-12/00021/02/01


1. The Government of the Republic of Uganda has received financing from the International Development Association (IDA) towards the cost of Transport Sector Development Project (TSDP) and intends to apply part of the proceeds of this credit to payments for Consultancy Services for Feasibility Study and Detailed Engineering Design for the Reconstruction and Upgrading of the Kafu-Karuma-Kamdini Road. The 104km road forms part of the main corridor from Kampala to northern Uganda, South Sudan and north eastern Democratic Republic of Congo.

2. The objective of the assignment is to investigate and determine the technical, economic, environmental and social feasibility of reconstructing/upgrading the existing Class II paved road. Based on the results of the feasibility study, the consultant shall undertake detailed engineering designs to ensure they meet the acceptable engineering and safeguards quality standards, prepare standard pre-qualification and bidding documents suitable for international competitive bidding.

3. The Uganda National Roads Authority now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: eligibility, organizational setup, experience in similar assignments, experience in similar conditions and availability of appropriate skills among staff.

4. The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers (May 2004 revised October 2006 and May 2010) (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

5. Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications, indicating the lead firm and the type of association, i.e. Joint Venture or sub-consultant.

6. A Consultant will be selected in accordance with the Quality and Cost Based Selection method set out in the Consultant Guidelines.

7. Further information can be obtained at the address below during office hours (0900 to 1700 hours):

Procurement and Disposal Unit,
Uganda National Roads Authority,
Ground Floor, Room Number GA2
Plot 5, Lourdel Road, Nakasero
P. O. Box 28487
Kampala, Uganda
E-mail: procurement@unra.go.ug

8. Expressions of interest in one original and three copies must be delivered in a written form to the address below / in person by 20 February, 2012 at 11:00 Am. “with the Envelope or packaging clearly marked with the title of the procurement.”

Uganda National Roads Authority,
Procurement and Disposal Unit,
Ground Floor, Room Number GA3
Plot 5, Lourdel Road, Nakasero
P. O. Box 28487
Kampala, Uganda.

EXECUTIVE DIRECTOR

(adsbygoogle = window.adsbygoogle || []).push({});