Upgrading of roads and junctions to improve mobility in Kampala - batch 2

PUBLISHED — 21st, February 2018

IDA Credit No: P133590

Reference No: KCCA/KIIDP2/RDS-2

The Government of Uganda has received financing from the World Bank toward the cost of Second Kampala Institutional and Development Infrastructure Development Project (KIIDP 2) and intends to apply part of the proceeds toward payments under the contract for Upgrading of Roads and Junctions to Improve Mobility in Kampala – Batch 2

  1. Kampala Capital City Authority herein called “the Employer” now invites sealed bids from eligible bidders for Construction of Selected Roads and Junctions in Three (3) Lots- Batch 2 comprising of:

No.

Procurement Subject

Road Package

Lot 1

Upgrading to Paved of 5.52 Km, Reconstruction and Dualling of 4.25 Km Roads including Signalization of 10 Junctions in Nakawa and Central Divisions Batch 2A

  1. Upgrading to Paved standard of Kulambiro Ring Road (4.82Km) including Spur to Najjera Road (0.7 Km)
  1. Reconstruction & Dualling of Nakawa-Ntinda Road (2.80Km) (including signalization of four junctions)
  1. Reconstruction & Widening of Acacia Road (1.45Km) (including provision for signalization of six junctions)

Lot 2

Upgrading to Paved standard of Kabuusu-Bunamwaya-Lweza Road (8.06Km)

Kabuusu-Bunamwaya-Lweza Road (8.06Km)

Lot 3

Recycling and overlay of Lukuli Road (7.71Km) (including signalization of Lukuli/Namasoole/Kayemba Junction).

Lukuli Road (7.71Km)

Bidders may bid for one or more lots. A bidder must meet the aggregate qualification criteria to qualify for award of more than one lot.

  1. 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 (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines.
       
  2. The following are the minimum qualification criteria; 2 (two) contracts, each of minimum value as follows: (i) Lot 1: US$ 25 million, (ii)  Lot 2: US$ 16 million, and (iii) Lot 3: US$ 15 million among others. Details of the other qualification requirements are included in the Bidding document
     
  3. Interested eligible bidders may obtain further information from KCCA and inspect the bidding documents during office hours from 09:00am (Local time) to 4:00pm (Local time) at the address given below.
     
  4. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of UGX 500,000/= (Uganda Shillings Five Hundred Thousand Only) or the equivalent in freely convertible currency. The method of payment will be by direct deposit to KCCA’s bank account. Bidders will collect bank payment advice forms from KCCA, Procurement and Disposal Unit, from Monday to Friday during office working hours. The bidding document will be handed over to the bidder or its agent upon presentation of evidence of payment.
     
  5. There shall be a Pre-Bid meeting at 8:00 am on 14th March 2018 at the address below.
     
  6. Bids must be delivered to the address below on or before 10:00 am on 10th April 2018. 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 choose to attend at the address below.
     
  7. All bids must be accompanied by a Bid Security as follows: (i) Lot 1 - UGX 1,400,000,000/= (Uganda Shillings; One billion four hundred million) or the equivalent in freely convertible currency), (ii) Lot 2 - UGX 850,000,000/= (Uganda Shillings Eight hundred fifty million only) or the equivalent in freely convertible currency and Lot 3; UGX 770,000,000/= (Uganda Shillings Seven Hundred Seventy million only) (or the equivalent in freely convertible currency.

The address referred to above is:

The Head Procurement and Disposal Unit

Plot 1-3 Apollo Kaggwa Road

City Hall 1st Floor, Room B114 A

P.O. Box 7010, KAMPALA

Uganda.

Telephone: (+256) 0204660016/15

Email: procurement@kcca.go.ug

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

Activity

Date

Publish bid notice

21st February 2018

Pre Bid Meeting

14th March 2018

Bid closing date

10th April 2018

Evaluation process

16th April – 11th May 2018

Display and communication of best evaluated bidder notice

3 weeks after bid evaluation

Contract award and Signature

3 weeks after Display of Best evaluated Bidder 

 

THE EXECUTIVE DIRECTOR



Development partners