Ministry of Works and Transport

May 19, 2012

Invitation for Pre-Qualification of Consultancy Services Providers for Building and Civil Works and Related Services for the Financial Years 2012/13, 2013/14 and 2014/15

1. The Ministry of Works and Transport is in the process of prequalifying and classifying competent firms which will be called upon from time to time to tender for building, civil and electro-mechanical works listed below during the financial years 2012/13, 2013/14 and 2014/15.

2. The registration and classifi cation exercise is intended to enable consultants to be recognized by their capacity (resources), competence (skills) and capability (human resources) and be given opportunities in their areas of specialisation.

3. The Ministry of Works and Transport now invites sealed applications from eligible providers to be prequalified for the provision of services in the following categories:
 

Category Description
Category 1 Architectural Services
Category 2 Quantity Surveying Services
Category 3 Civil/Structural Engineering Services
Category 4 Electrical/Mechanical Engineering Services
Category 5 Land Surveying Services
Category 6 Valuation Surveying and Property Management Services
Category 7 Landscaping Services
Category 8 Interior Design Services
Category 9 Environment Impact Assessment/Studies


4. Prequalifi cation will be conducted in accordance with the prequalifi cation procedures contained in the Public Procurement and Disposal of Public Assets Act, 2003, and is open to all providers.

5. Interested eligible providers may obtain further information and inspect the bidding documents at the address given below at 8(a) from 8:30a.m. to 5:00p.m.

6. The Prequalifi cation Documents in English may be purchased by interested providers on the submission of a written application to the address below at 8(a) and upon payment of a non-refundable fee of UShs. 20,000/= (Shillings Twenty Thousand only) for each document. The method of payment will be through a URA bank payment advice form. The document will be hand-picked by the applicants. No liability will be accepted for loss or late delivery.

7. Applications must be delivered to the address below at 8(b) at or before 5 June 2012, 11:00a.m. Late submissions shall be rejected. Applications will be opened in the presence of the providers’ representatives who choose to attend at the address below at 8(c) at 5 June 2012, 11:30a.m.

8. (a) Documents may be inspected at and will be issued from:
Office of the Head, Procurement and Disposal Unit,
Ministry of Works and Transport,
Plot 4/6 Airport Road,
P.O. Box 10, Entebbe, Uganda
Tel.: 256-414-320101-9; Fax: 256-414-321364


(b) Applications must be delivered to:
Office of the Head, Procurement and Disposal Unit,
Ministry of Works and Transport,
Plot 4/6 Airport Road,
P.O. Box 10, Entebbe, Uganda
Tel.: 256-414-320101-9; Fax: 256-414-321364

(c) Address of Bid Opening:
Contracts Committee Conference Room,
Ministry of Works and Transport,
Plot 4/6 Airport Road,
P.O. Box 10, Entebbe, Uganda
Tel.: 256-414-320101-9; Fax: 256-414-321364


9. The planned procurement schedule (subject to changes) is as follows:
 

Activity Date
a) Publish prequalifi cation notice 30 April 2012
b) Closing date for applications 5 June 2012
c) Evaluation process 13 July 2012
d) Display of notice and communication of prequalifi cation results 27 July 2012


PERMANENT SECRETARY

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