World Bank HQ

North Eastern Road - Corridor Asset Management Project (NERAMP): Provision of Works and Services under Output and Performance – Based Road Contracts (OPRC) for Tororo – Mbale – Soroti – Dokolo – Lira – Kamdini Road

Last update: May 7, 2019 Last update: May 7, 2019

Details

Location:UgandaUganda
Category:Works
Status:Awarded
Sectors:Roads & Bridges, Civil Engineering
Funding Agency:
Eligibility:Organisation
Budget:N/A
Date posted: Jul 27, 2015

Attachments 2

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 0

Status

Date

Description

Project ID: P125590
Borrower/Bid No: UNRA/WRKS/2014-15/0002/01-02
Invitation for Bids

Uganda
North Eastern Road – corridor Asset Management Project (NERAMP)
Credit No..: IDA 54340
Contract Title:  Provision of Works and Services under Output and Performance – Based Road Contracts (OPRC) for Tororo – Mbale – Soroti – Dokolo – Lira – Kamdini Road
Reference No.: UNRA/WRKS/2014-15/0002/01-02

1. The Government of the Republic of Uganda has received financing from the World Bank (International Development Association) towards the cost of the North Eastern Road - Corridor Asset Management Project (NERAMP), and it intends to apply part of the proceeds towards payments for the Provision of Works and Services under Output and Performance – Based Road Contracts (OPRC) for Tororo – Mbale – Soroti – Dokolo – Lira – Kamdini Road under 2 Lots over a 8.5 years period.

    The Uganda National Roads Authority now invites sealed bids from eligible bidders for the Provision of Works and Services under Output & Performance – Based Road Contracts (OPRC) for Tororo – Mbale –Soroti – Dokolo – Lira – Kamdini Road (340km).

3. The Works are to be bid in 2 lots under a slice and package (multiple contracts) procedure. The number and identification of lots (contracts) comprising this ICB is:

 i.      Lot 1: Tororo – Mbale – Soroti Road (150.8 km)

        Lot 2: Soroti – Dokolo – Lira - Kamdini  Road (189.4 km)  

The Output & Performance – Based Road Contracts (OPRC) works shall consist of:

i.        Routine Maintenance Works & Management Services,
ii.       Design and Rehabilitation Works, including AC Overlays and Improvement Works;
iii.      Emergency Works;
iv.      Design, Construction and Commissioning of Weigh Bridge Station for Lot 1 only;
v.       Operation & Maintenance of Weigh Bridge Station for Lot 1 only for an 8 years period.

    A site visit conducted by the Employer will be held as per details below:

Lot

Assembly Place

Date &Time

Contact Person

1.

Tororo at Shell Fuel Station located at the Jinja-Malaba and Tororo-Mbale Roads T-junction

10th August 2015

Starting 8:30am

UNRA Regional Manager (Eastern).

Telephone:+256 414 318 561                        +256  312  233  561

 

2.

Kennedy Square in Soroti

11th August 2015

Starting 8:30am

Bidders are encouraged to send experienced and competent personnel for the site visit for the purposes of assessing the risks, contingencies and other circumstances which may influence or affect the bid or the Works including, but not limited to, methods of construction of the various parts (components) of the Works, sources of Materials and delivery of resources to Site. Each bidder will bear the cost of their attendance at the site visit and pre-bid meeting.

A pre-bid meeting will take place at the following date, time and place:

Lot

Meeting Place

Date &Time

1.

Uganda National Roads Authority (UNRA),

Plot 5 Lourdel Road, Nakasero

Second Floor, UNRA Main Board Room

Kampala - UGANDA

 

12th August 2015

Starting 10:00am

 

2.


 Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank's Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers  (January 2011, revised July 2014) and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank's policy on conflict of interest. Bidders have the option to Bid for one or two lots. A bidder shall demonstrate capacity to meet the aggregate/combined Qualification requirements to qualify for award of multiple Lots.

8. The details of the qualification requirements are provided in the bidding document.
Interested eligible bidders may obtain further information from and inspect the bidding documents (between 0900 hrs to 16 00 hrs) at the office of:
The Head, Procurement and Disposal Unit,
Uganda National Roads Authority
Ground Floor, Room No.GA3
Plot 5, Lourdel Road, Nakasero
Tel: + 256 (0) 312 233 100/ (0) 414 318 000
Fax: + 256 414 232 807 /347 616
Kampala, UGANDA.
E-mail: procurement@unra.go.ug
 

    A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the above address and upon payment of a nonrefundable fee of UGX 300,000 (Uganda Shillings Three hundred  thousand shillings only) or USD 100 (United States Dollar One Hundred only) or its equivalent in a freely convertible currency. The method of payment will be by direct cash payment to UNRA's cashier or deposit /telegraphic transfer to UNRA's Bank Account.

 

Name and address of beneficiary:             Non tax revenue

Name and address of beneficiary bank:    Bank of Uganda, Kampala

Account no:                                            003130168000001

Swift Code of Beneficiary Bank:           UGBAUGKAXXX

 

    On request, against a submission of the evidence of the remittance, the bidding documents may be sent by courier service if the courier service is arranged by the bidder. The Employer, however, bears no responsibility for the late delivery or the loss of the documents.

12.  Bids must be delivered to the address above by hand or courier on or before 11.00am on the 24 September 2015. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders' designated representatives and anyone who chooses to attend at the address below on the 24 September at 11.30am.

13.  All bids must be accompanied by the following Bid Security of or a freely convertible currency:

i.       Lot 1 US$ 850,000 (Eight Hundred and Fifty Thousand United States Dollars)

ii.      Lot 2: US$ 1,000,000 (One Million United States Dollars)

The address for bid opening referred to above in 11. is:

Head, Procurement and Disposal Unit
Uganda National Roads Authority
Plot 5, Lourdel Road, Nakasero,
Ground Floor, PDU Board Room, Room No. GA4
Kampala, Uganda

EXECUTIVE DIRECTOR

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Learn more about our membership benefits