Initial registration of road contractors under the CRCS
Ministry Of Works And Transport
Background
The Ministry of Works and Transport (MoWT) in collaboration with Public Procurement and Disposal of Public Assets Authority (PPDA) with technical and financial support from the Department for International Development (DFID), has allocated funds towards development of a road Contractor Registration and Classification System (CRCS) Register.
The MoWT through its appointed agent PricewaterhouseCoopers Ltd (PwC) now invites eligible contractors to submit their applications for registration under CRCS in accordance with the guidelines and terms and conditions attached herein.
Main objective of CRCS
The main objective of CRCS is to improve the efficiency of the Government of Uganda's (GOU) expenditure on roads and support key stakeholders in the roads sector to address bottlenecks and create opportunities for a more competitive domestic road sector in Uganda, by classifying and registering road contractors according to their capacities to undertake particular road works.
Categories and classifications
MOWT intends to register contractors in three (3) categories namely:
a) Category 1: Road works
b) Category 2: Bridges and structures
c) Category 3: Specialist road works
This invitation is specifically for contractors who would like to be registered in Category 1: Road works. This Category has five classes A, B, C, D and E. Category 2 and Category 3 will be handled at a later date.
Application documents
Application documents include:
1. Letter of Invitation
2. Application guidelines for registration of Contractors;
3. Terms and Conditions for registration of Contractors; and
4. Application forms.
Application documents can be downloaded directly from: http://crcsuganda.com
Pre-application meetings
MoWT or its appointed agent PwC will hold pre-application meetings with potential applicants to clarify issues of CRCS, the terms and conditions, how to complete the application form and to answer any questions on any matter that may be raised at that stage. Pre-application meetings shall take place as shown in the table below:
Date |
Location |
Venue |
Time |
19-Apr-18 |
Gulu |
Gulu Bomah Hotel |
9.00am to 11.00am (Local Time) |
Mbarara |
Lake View Hotel |
||
20-Apr-18 |
Mbale |
Wash and Wills Hotel |
|
23-Apr-18 |
Kampala |
Hotel Africana |
All requests for clarification must be received by the date and time of the pre-application meetings indicated in the table above. Responses will be provided during the pre-application meetings and by email to all applicants who will attend.
Submission of Applications
A duly completed application form and relevant attachments must be hand delivered to any of the addresses below before 5.00pm on 7th May 2018 Local Time. Applications may also be submitted in soft copy to: crcs.uganda@ug.pwc.com
Location |
Address |
Gulu |
Mak-Kweri Farmers' Corner Plot 1, Olya Road, Gulu |
Mbale |
TASO Mbale Office Plot 29-32, Pallisa Road, Mbale |
Kampala |
PricewaterhouseCoopers Ltd (PwC) 1 Colville Street, Communications House, Kampala |
Address for further Information
Further information can be obtained at the address below during office hours (8:00am to 5:00pm Local Time).
The Project Manager/CRCS Initial Registration
PricewaterhouseCoopers Ltd (PwC)
1 Colville Street, Communications House
P 0. Box 8053, Kampala
crcs.uganda@ug.pwc.com
Eng: S. Bagonza
For: Permanent Secretary,
Ministry of Works and Transport
© 2018 PricewaterhouseCoopers Limited. All rights reserved. In this document, "PwC" refers to PricewaterhouseCoopers Limited which is a member firm of PricewaterhouseCoopers International Limited, each member firm is a separate legal entity.
Bidding Documents
No bidding documents have been included in this request for tenders.