Ministry of Works and Transport

Apr 17, 2013

The scope of works intended to be covered in this project includes, but is not limited to the following;

Scope:

The scope of works intended to be covered in this project includes, but is not limited to the following;

(a) Re-roofing in iron sheet roof coverings on double pitched timber roof structure (Approx. Area 558m2).

(b) Replacement of existing soft board ceiling with plastered ceiling lining (Approx. Area 289m2).

(c) Replacement of dilapidated timber doors and glazed steel casement windows.

(d) Removal/overhauling and replacement of all electrical and mechanical services installations

(e) External works: provision of concrete pavers at parking area (Approx. Area 371 m2) and landscaping.

 

 

 

 

(f) General repairs, renovations and face lift of the buildings.

 

 

 

 

Key Qualification Requirement:

(a) Average Annual Turnover of construction work over the last 3 years: UGX 800 Million

(b) Experience as a Prime Contractor in construction of at least 2No. Contracts equivalent to the works in the last 3 years

(c) Liquid Assets/credit facilities available: no less than UGX 150 Million in 3 months Procurement Reference Number: MoWT/Wks/12-13/00268

1. The Ministry of Works and Transport has allocated funds to be used for the acquisition of a Contractor to carry-out renovation and remodelling of Gulu Regional Mechanical Workshop Buildings on Plot No. 6-8 Bere Road, Gulu Municipality.

2. The Ministry of Works and Transport invites sealed bids from eligible bidders for the provision of the works described above.

3. Bidding will be conducted in accordance with the open domestic bidding procedures contained in the Government of Uganda’s Public Procurement and Disposal of Public Assets Act, 2003, and are open to all bidders from eligible source countries.

4. Interested eligible bidders may obtain further information from the Ministry of Works and Transport and inspect the bidding documents at the address given below in No. 7(a) from 8.30am – 4.30pm.

5. A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below in No. 7(b) and upon payment of a non-refundable fee of UShs. 100,000/= or an equivalent amount in a freely convertible currency. The method of payment will be through a URA bank payment advice form. The document will be hand picked by the bidders. No liability will be accepted for loss or late delivery.

6. Bids must be delivered to the address below in No. 7(a) on or before 8th May, 2013 at 11:00am. All bids must be accompanied by a bid security of UShs. 4,000,000/= in form of a bank guarantee or bank draft. Late bids shall be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below in No. 7(b) at 11:30a.m on 8th May, 2013.

7. (a) Address documents may be inspected at, issued from, 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.

(b) Address of Bid Opening: Contracts Committee Boardroom, 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

8. The planned procurement schedule, subject to change, is as follows:

Activity

Date

Publish Bid Notice

17th April, 2013

Pre-Bid meeting/site visit

30th April, 2013

Bid Closing date

8th May, 2013

Evaluation process

15th May, 2013

Display and communication of best evaluated bidder notice

22nd May, 2013

Contract award and signature

22nd June, 2013

 

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