REQUEST FOR EXPRESSIONS OF INTEREST (EOI) FOR CONSULTANCY SERVICES - FIRMS

THE REPUBLIC OF

KAMPALA CITY ROADS REHABILITATION PROJECT – KCRRP

CONSULTANCY SERVICES FOR CARRYING OUT DESIGN REVIEW, CONSTRUCTION SUPERVISION AND CONTRACT ADMINISTRATION OF THE UPGRADING OF KEY ROAD JUNCTIONS, UPGRADING AND DUALLING OF MAJOR CITY ROAD LINKS

Procurement Reference No.: KCCA/ KCRRP/19-20/00331

1. The Government of the Republic of Uganda (GoU) has applied for financing from the African Development Bank towards the cost of the Kampala City Roads Rehabilitation Project, and intends to apply part of the proceeds of this loan, whose disbursement in respect of the signed contracts will be subject to approval of financing by the Bank, to make eligible payments under the contracts for the provision of “Consultancy Services for carrying out Design Review, Construction Supervision and Contract Administration of the upgrading of key road junctions, upgrading and dualling of major Kampala City road links”. The Consultancy services have been allotted in to two (2) Packages as briefly described below:

Duration Length Package Lot Road/Junction Name Scope of Work /(Months (Km) ) Wamala Road 4.40 Reconstruction Luwafu Road 2.43 Kabega Road 0.95 Muteesa I Road 2.02 Package 1 Lot 1 36 Old Mubende 2.10 Upgrading to Paved Kigala Road 1.10 Kayemba/Lukuli Road Incl. Junction - 1.3 22 Duration Length Package Lot Road/Junction Name Scope of Work /(Months (Km) ) Canon Apollo Kivebulaya Road/ Albert 0.30 Cook Road Junction (Junction - 10) Signalization Junction (Junction - 12) 0.30 Port Bell Road Incl. Junctions – 18 6.55 Dualling/Widening and 23 Lot 2 including 36 Old Port Bell Road/ Spring Road Incl. 3.46 signalization Junctions -17, 24, 25 and26

Eighth Street - Rd 2.73 Fifth Street 0.80 Sixth Street 1.95 Sir Apollo Kaggwa 2.24 Seventh Street 1.86 Reconstruction Lot 3 36 Muzito Road 2.10 Ssuna Road 1 4.16 Ssuna Road 2 2.58 Gaba Road/ Road Junction 0.42 Signalization () (Junction - 13a&b) Package 2 Kasubi - Northern Bypass 2.4 Dualling/Widening including Kibuye- (A109) 6.50 Lot 4 signalization 36 Ring 2 1.80 Upgrading to paved Road 2 2.14 Mugema Road 3.44 Upgrading to paved Masiro Road 2.10 Sentema Road 4.1 Reconstruction Lot 5 36 Reconstruction Rd / Hanlon Rd Junction 0.52 including (Junction-1) signalization

The assignment for each Lot will be carried out over a period of thirty-six (36) calendar months including a 12 months’ defects liability period.

2. The assignment shall include consultancy supervision for the construction of key roads and junctions in Kampala City, whereby the consultant shall be expected to:

i) review the designs and ensure that the project is implemented in accordance with the General and Particular Conditions of Contract, the technical specifications and engineering drawings; ii) optimize the use of available material resources to minimize costs to the Employer or to maximize the quality of the works and expedite construction; and

iii) ensure that the project is implemented within the contract price and time for completion allowed under the contract.

3. Kampala Capital City Authority (KCCA) being an authorized agent of the Government of the Republic of Uganda for this project now invites suitably qualified eligible consulting firms to express their interest in providing these services.

4. Interested consultants must provide information demonstrating that they have the relevant experience and qualification to perform the Services. Such information may include; brochures, description of similar and relevant assignments, experience in similar conditions in the region, availability of appropriate skills among staff, etc. The short-listing criteria shall be as follows:

i) Description of assignments of similar nature and scope in infrastructure engineering studies, transport studies, design and construction supervision conducted in the last ten (10) years;

ii) Experience of the firm in supervision of infrastructural projects in the sub Saharan Africa region on at least five (5) projects;

iii) Availability of appropriate skills/expertise among the consultant’s staff including; Resident Engineers, Highway/Pavement Engineers, Traffic Engineers and/or Transport Planners, Materials Engineers, Bridges/Structural Engineers, Engineering Surveyors, Measurement Engineers, Electrical Engineers, Urban Traffic Control Engineers, and Social and Environmental Experts. Individual experts’ bio-data is not required at this stage.

5. Consulting firms may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. The type of association whether a joint venture or a sub-consultancy, where applicable, must be clearly indicated in the Expression of Interest.

6. Consulting firms may express their interest in one or all the two packages. However, a firm may be shortlisted for only one package.

7. Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s “Procurement Policy for Bank Group Funded Operations”, dated October 2015 and the relevant Bank Solicitation Documents, which are available on the Bank’s website at http://www.afdb.org;

8. Interested consultants may obtain further information at the address below during office hours from 9:00 a.m. – 5:00 p.m. (Kampala local time) on Mondays to Fridays except on public holidays.

9. Sealed Expressions of Interest in English must be delivered in hard copies (One original and 3 copies) to the address below by Friday 6th December 2019 at 11:00 am, Kampala local time. Envelopes must be clearly marked with the Package number and the title of the assignment, for example:

“Package 1: Expression of Interest for Consultancy Services for: -

DESIGN REVIEW AND CONSTRUCTION SUPERVISION FOR SIGNALISATION OF 2 JUNCTIONS, RECONSTRUCTION OF 6.83 KM, UPGRADING OF 7.47 KM, AND DUALLING INCLUDING SIGNALIZING OF 10.01 KM”

Attention: Head, Procurement & Disposal Unit Address: Kampala Capital City Authority City Hall, Floor/Room number: B 112 P.O Box 7010 Kampala - Uganda Telephone: +256-204-660016/15 Electronic mail address: [email protected]

ACCOUNTING OFFICER