Skip to Main Navigation

Tanzania Roads to Inclusion and Socioeconomic Opportunities (RISE) Project

VISIÓN GENERAL

DATOS BÁSICOS DEL ANUNCIO

  • P164920

  • Tanzania Roads to Inclusion and Socioeconomic Opportunities (RISE) Project

  • Tanzania

  • OP00191629

  • Request for Expression of Interest

  • Published

  • TZ-TARURA-276659-CS-QCBS

  • Quality And Cost-Based Selection

  • English

  • Sep 06, 2022 15:30

  • Aug 17, 2022

INFORMACIÓN DE CONTACTO

  • Tanzania Rural and Urban Roads Agency

  • Humphrey Kanyenye

  • P.O BOX 11042, DODOMA Telephone: 026-2963846

  • Tanzania

  • Tanzania

  • 0745810140

DETALLES

REQUEST FOR EXPRESSION OF INTEREST (EoI)

(CONSULTING SERVICES – FIRM SELECTION)

Country:                  Tanzania

Name of Project:     Tanzania Roads to Inclusion and Socioeconomic

                                  Opportunities (RISE) Project

Credit No.:               IDA-68670 - TZ

Assignment Title: Provision of Consultancy Services for Feasibility Study, Economic

                             Assessment, Detailed Engineering Design, Preparation of Tender

                             Documents and Construction Supervision for Upgrading of 49km

                             Roads in Ruangwa District and 57km Roads in Handeni District

                             into the Appropriate Sealing Standard.

Reference No.   AE.092/WB-RISE-P164920/276659/2022/23/C/06

This request for expression of interest follows the General Procurement Notice for this Project that appeared in the United Nations Development Business (UNDB) No. WB-P890351-12/21 of 14th December 2021.

The Government of the United Republic of Tanzania through Tanzania Rural and Urban Roads Agency (TARURA) and Tanzania National Roads Agency (TANROADS) has received a credit from the International Development Association (IDA) towards the cost of Roads to Inclusion and Social Economic Opportunities (RISE). It is intended that part of the proceeds of the credit will be used to cover eligible payments under the contracts for Consultancy services.

The consulting services (“the Services”) intent is to carry out Feasibility Study, Economic assessment, Detailed Engineering Design, Preparation of the Tender Documents and Construction Supervision for  Ruangwa – Nangurugai (31km) and Mpiluka – Nandagala (18km) roads in Ruangwa District and Michungwani -Bondo- Kwadoya (19km)  and Sindeni – Kwedikwazu (38km) roads in Handeni District. The Feasibility study shall determine the technical and economic feasibility of upgrading the existing gravel/earth road(s) to appropriate sealing standard. Depending on the results of the feasibility study, the Consultant shall undertake detailed engineering design, and preparation of tender documents for International Competitive Bidding (ICB) or National Competitive Bidding (NCB) according to the latest World Bank Standard Procurement Document (SPD). The construction supervision will involve direct on-site supervision of the construction works and supervision during the Defect’s Liability Period (DLP).

For Phase I the assignment will include carrying out Feasibility Study, Economic assessment, Detailed Engineering Design and Preparation of the Tender Documents and confidential Cost Estimates for 49km roads in Ruangwa District - Lindi and 57km roads in Handeni District - Tanga. The assignment is expected to be completed within eight (8) months from contract effective date and For Phase II the assignment will include direct on-site supervision of the construction works and supervision during the Defect’s Liability Period (DLP) of all roads designed in Phase I. This Phase is expected to be completed forty four (44) months (32 months of Construction supervision and 12 months of DLP) after commencement of Construction contract.

The detailed Terms of Reference (TOR) is attached to this request for Expression of Interest and is also available at TARURA’s website www.tarura.go.tz.  All requests for clarification should be sent through office email pmurise@tarura.go.tz and the Client will respond to the requested clarifications. The Consultants would be responsible for ensuring that any addenda available on the website is also downloaded and incorporated.

The Chief Executive TARURA, now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the above services. Interested consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:

A.  Core business and 10 years in business.

B.   Relevant similar experience, which should specifically include the below:

     i)  Experience of at least two (2) similar assignments completed in the past 5 years.   Information to be provided should include name of assignment, name and full contact address of the client, contract value (in equivalent US dollars) and period (dates) of execution of assignment and the role played in the assignment (Lead or JV partner)

     ii) Demonstration of experience of work in similar conditions.

C.   Technical and Managerial Capability of the firm (Provide only the structure of the organization, general qualifications and number of key staff). Do not provide CV of the staff. Experts will not be evaluated at the shortlisting stage).

         The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” Fourth Edition, November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

         Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. Therefore, each member of JV shall independently meet the requirements of the evaluation criteria. The experience, technical & managerial capability of the Sub-Consultant shall not be evaluated to enhance the qualification of the Lead Firm or JV. 

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours from 08.00 to 17.00 hours Local time Monday to Friday except public holidays.

Expressions of interest must be delivered in a written form to the address below in person, or by  e-mail pmurise@tarura.go.tz  by 06th September, 2022 14:30 Hours East African Time. The firms that will submit their EOI via e-mail must get confirmation of the receipt of their documents. In case the firm does not receive acknowledgement within two days of after sending the documents via email they should call +255759348494 or +255745810140 for follow-up.

The address referred above is:

The Secretary, TARURA HQ Tender Board         

Street Address: Mtaa wa Kazi 41207 Mtumba,

Building: TARURA House

Address:  P.O. Box 11042, Dodoma, Tanzania.

Floor/ Room number: Ground Floor/PMU Office

City/Town: Mtumba Government City Area

Country: United Republic of Tanzania

Telephone: +255759348494 or +255673557028

Electronic mail address:  pmurise@tarura.go.tz

 

CHIEF EXECUTIVE

TANZANIA RURAL AND URBAN ROADS AGENCY,

P.O. Box 11042, Dodoma.