LETTER OF INVITATION
LAND AND PROPERTY VALUATION OF KATSE-THABA TSEKA (A8) ROAD
- The Government of the Kingdom of Lesotho (GOL), through the Ministry of Public Works and Transport, Roads Directorate has available funds earmarked for the cost of consultancy services for the Land and Property Valuation for the World Bank funded “Lesotho Integrated Transport Trade and Logistics Project” (LITTL). The GOL intends to apply a portion of these funds to eligible payments under the Contract for which the RFP is issued.
The Ministry of Public Works and Transport through Roads Directorate now invites proposals from eligible consulting firms to provide the following consulting services: Land and Property Valuation for the Upgrading of Katse-Thaba Tseka Road (A8) to Bitumen Standard. The details of the consultancy are set out in the Terms of Reference. - A Compulsory pre-tender briefing, will be held on the 11th July 2024 at 10.00 hrs at the Roads Directorate headquarters. Any further details shall be available from the Roads Directorate Headquarters offices.
- A firm will be selected under the “Quality and Cost” Based Selection (QCBS) under the procedures described in the RFP based on the policies of the International Development Association (IDA) detailed in its publication named “Guidelines – Selection and Employment of Consultants by World Bank Borrowers”, which can be found at the following website: www.worldbank.org/procure. The Contract format for the consultancy services will be a Lump Sum Type.
- The RFP for the proposed project shall be sent by Email to those Valuer who accept the invitation.
- The Proposals (both Technical & Financial in separate envelopes) which must be accompanied by
A valid Tax Clearance Certificate certified at source
A valid Trader’s License certified at source
Submission of the Proposals shall comprise an original and three copies in sealed envelopes (bearing the name “LAND AND PROPERTY VALUATION OF KATSE-THABA TSEKA (A8) ROAD”). - The RFP includes the following documents
Section 1 – Letter of Invitation
Section 2 – Information to onsultants
Section 3 – Technical Proposal – Standard Forms
Section 4 – Financial Proposal – Standard Forms
Section 5 – Terms of Reference
Section 6 – Standard Form of Contract - Bids/RFPs must be delivered in the tender box at the address below on or before 1200 hrs on 1st August 2024. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives who choose to attend in person at the address below at 14:30hrs on 1st August 2024.
- Any correspondence regarding this proposal shall be addressed to:
Postal Address: – Street Address: –
Procurement Manager Roads Directorate
Roads Directorate Senate and Lepoqo road
Procurement Section Industrial Area (opposite
P.O. Box 194 Browns Cash and Carry),
Maseru 100 Maseru 100
Telephone:-
+266 22229000/52229000
Email:-
ntlhakanam@rd.org.ls / marek@rd.org.ls / mahiritonaf@rd.org.ls
The Roads Directorate reserves the right to accept or reject any or all tenders for reasons that may be advanced. - Please inform us, upon receipt:
a. That you received the letter of invitation, and
b. Whether you will submit a proposal alone or in association.
NOTE: The Roads Directorate will reject any proposal for award if it determines that the bidder(s) directly or through an agent, is engaged in corrupt, fraudulent, collusive, coercive or obstructive practice in competing for this Invitation for Bids