Back to tenders & grants page
Uganda-Kampala: EDF — Supervision of works for the upgrading of Atiak–Laropi road (66 km) to paved standard
Receive Tenders like this by email

Uganda-Kampala: EDF — Supervision of works for the upgrading of Atiak–Laropi road (66 km) to paved standard

Uganda-Kampala: EDF — Supervision of works for the upgrading of Atiak–Laropi road (66 km) to paved standard has been closed on 21 Sep 2017. It no longer accepts any bids. For further information, you can contact the The Ministry of Finance, Planning and Economic Development acting as the National Authorising Officer in Uganda

Bellow, you can find more information about this project: 

Location: Uganda

General information

Donor:

The Ministry of Finance, Planning and Economic Development acting as the National Authorising Officer in Uganda

Industry:

Machinery & Equipment

Status:

Closed

Timeline

Published:

18 Aug 2017

Deadline:

21 Sep 2017

Value:

Not available

Contacts

Description

Service contract notice

Uganda — northern region

1.Publication reference:
EuropeAid/138907/IH/SER/UG.
2.Procedure:
Restricted.
3.Programme title:
Development initiative for northern Uganda (DINU).
4.Financing:
Financing agreement No UG/FED/038-781.
5.Contracting authority:

The Ministry of Finance, Planning and Economic Development acting as the National Authorising Officer in Uganda, Kampala, UGANDA.


Contract specification

6.Nature of contract:
Fee-based.
7.Contract description:
The provision of supervision and related consultancy services for the civil engineering works for the upgrading of the Atiak–Laropi road project. The road is part of the regional, national and international route connecting the remote north-western region of Uganda and South Sudan to the Ugandan capital at Kampala via the regional capital at Gulu. The project will contribute to improving road transportation and trade facilitation along the abovementioned corridor and improving transport services and agricultural productivity by connecting remote and disadvantaged districts to the main road network.
The existing road is a gravel road which is currently in a reasonable state of repair, but needs regular maintenance due to the high rainfall in the region. The scope of works to be supervised includes all civil works necessary for the upgrading of the existing gravel road to class II paved standard with a design cross section of a 7 m carriageway and 2 m shoulders.
The consultant shall assist the supervisor in contract administration and the day-to-day supervision and progress reporting of abovementioned civil works.
8.Number and titles of lots:
1 lot only.
9.Maximum budget:
4 700 000 EUR.
10.Scope for additional services:
The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated amount of approximately 2 350 000 EUR. Any extension of the contract would be subject to satisfactory performance by the contractor.


Conditions of participation

11.Eligibility:
Participation in tendering is open on equal terms to natural and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are established in a Member State of the European Union, ACP States or in a country or territory authorised by the ACP–EC Partnership Agreement under which the contract is financed (see also item 29 below). Participation is also open to international organisations.
12.Candidature:
All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority.
The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
13.Number of applications:
No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
14.Shortlist alliances prohibited:
Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see ‘Practical Guide’ — PRAG 2.4.3). Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
15.Grounds for exclusion:
As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
16.Subcontracting:
Subcontracting is allowed.
17.Number of candidates to be shortlisted:
On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender.


Provisional timetable

18.Provisional date of invitation to tender:
October 2017.
19.Provisional commencement date of the contract:
May 2018.
20.Initial period of implementation of tasks:
42 months (30 months construction period and 12 months defects liability period).


Selection and award criteria

21.Selection criteria:
The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors:
1) Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed:
1. the average annual turnover of the candidate must exceed 2 500 000 EUR. In case of a consortium, the consolidated turnover must fulfil this criterion;
2. current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In case of a consortium this criterion must be fulfilled by each member.
2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 3 years from the submission deadline:
1. at least 15 staff currently work, in permanent employment, for the candidate in fields related to this contract.
3) Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline:
1. the candidate has provided services of detailed design and tender dossier preparation for at least 2 major paved road construction projects with construction costs of at least 40 000 000 EUR each which were implemented at any moment during the reference period: the last 5 years from the submission deadline; and
2. the candidate has provided services of construction supervision for at least 3 major paved road construction projects with construction costs of at least 50 000 000 EUR each which were implemented at any moment during the reference period: the last 5 years from the submission deadline.
For the criteria in 21.3)1 and 21.3)2 above, the project that the candidate refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Candidates/tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, proof of final payment). In case of projects still ongoing only the portion satisfactorily completed during the reference period although started earlier will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value. If a candidate/tenderer has implemented the project in a consortium, the percentage that the candidate/tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.
Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility — notably that of nationality — and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.
If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are:
1) the highest number of projects that meet selection criteria 21.3)1 and 21.3)2: 1 point for each project above the minimum requirement of 2 projects (for detailed design and tender dossier preparation) and 3 projects (for construction supervision);
2) the number of projects that meet selection criteria 21.3)1 and 21.3)2: 1 point for each project carried out in sub-Saharan Africa;
3) the number of projects that meet selection criteria 21.3)1 and 21.3)2: 1 point for each project funded by the EDF.
22.Award criteria:
Best price-quality ratio.


Application

23.Deadline for receipt of applications:
The deadline for the receipt of applications is 21.9.2017 (17:00), Uganda local time.
Any application received by the contracting authority after this deadline will not be considered.
24.Application format and details to be provided:
Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address:

http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B

The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address:

http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A

Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
25.How applications may be submitted:
Applications must be submitted in English exclusively to the contracting authority in a sealed envelope:
• either by recorded delivery (official postal service) to:

The National Authorising Officer of the EDF, Ministry of Finance, Planning and Economic Development, Plot 2 — 12 Apollo Kaggwa Road, PO Box 8147, Kampala, UGANDA. E-mail: [email protected]

In this case, the delivery record is proof of compliance with the time limit for receipt,
• or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:

The National Authorising Officer of the EDF, Ministry of Finance, Planning and Economic Development, Plot 2 — 12 Apollo Kaggwa Road, Room 1.25, Kampala, UGANDA. Tel. +256 41 4 707000. E-mail: [email protected]

Opening hours: 8:00–17:00.
In this case, the acknowledgment of receipt is proof of compliance with the time limit for receipt.
The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.
Applications submitted by any other means will not be considered.
By submitting an application candidates agree to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application.
26.Alteration or withdrawal of applications:
Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate.
27.Operational language:
All written communication for this tender procedure and contract must be in English.
28.Date of publication of prior information notice:
19.4.2017.
EuropeAid/138907/IH/SER/UG.
29.Legal basis:
Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States of the one part, and the European Community and its Member States, of the other part, signed in Cotonou on 23.6.2000 as amended in Luxembourg on 25.6.2005 and in Ouagadougou on 22.6.2010. Reference is made to Annex IV as revised by Decision No 1/2014 of the ACP–EU Council of Ministers of 20.6.2014.
30.Additional information:
None.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more