THE UNITED REPUBLIC OF TANZANIA
PRESIDENT’S OFFICE
REGIONAL ADMINISTRATION AND LOCAL GOVERNMENT
DAR ES SALAAM METROPOLITAN DEVELOPMENT PROJECT – PHASE 2 (DMDP2)
IDA CREDIT NO. 7478-TZ
TENDER NO. 56/2023-2024/C/19
FOR
THE PROVISION OF CONSULTANCY SERVICES FOR TRAFFIC MANAGEMENT, MOBILITY AND PARKING STUDY IN THE CENTRAL BUSINESS DISTRICT AREAS OF DAR ES SALAAM CITY UNDER THE DMDP 2 PROJECT
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
1. This request for expressions of interest follows the General Procurement Notice for the Dar es Salaam Metropolitan Development Project – Phase 2 (DMDP2) and that appeared in the United Nations Development Business (UNDB) online Notice No. OP00277705 of March 6, 2024.
2. The Government of the United Republic of Tanzania has received a credit from the International Development Association (IDA) towards the cost of Dar es Salaam Metropolitan Development Project – Phase 2 (DMDP2), coordinated by the President’s Office, Regional Administration and Local Government (PO-RALG) through a Project Coordination Team (PCT) under the Tanzania Rural and Urban Roads Agency (TARURA). It is intended that part of the proceeds of the credit will be used to cover eligible payments under the contract for the Provision of Consultancy Services for Traffic Management, Mobility and Parking Study in the Central Business District (CBD) Areas of Dar es Salaam City under the DMDP 2 Project.
3. The overall objectives of the consultancy services are: (i) Redesigning of streets with better facilities for sustainable modes such as walking, cycling, and public transport; (ii) Employing a holistic approach to street design, incorporating mobility elements - e.g., footpaths, cycle tracks, carriageways - as well as additional elements such as trees, bus stops, street furniture, and organized vending spaces in an integrated design; (iii) Ensuring that street design is based on scientific assessment of needs and behavior of street users, especially non-motorized transport (NMT users), as observed in the surveys as part of this study; (iv) Easing of congestion through improved intersection design and more efficient use of the existing public right-of-way in lieu of major capacity additions; (v) Employing traffic calming measures to ensure safety for pedestrians and cyclists on all streets; (vi) Ensuring that all spaces, including footpaths, refuge islands, and pedestrian crossings, are accessible to persons with disabilities; (vii) Improving public open spaces and (viii) Evaluating existing parking management systems, propose reforms to improve parking operations and enhance revenue collection, and suggest methodologies for period review of parking fees based on observed parking demand; and (ix) Evaluating and proposing improved traffic management solutions for commercial vehicles within the four zones.
4. The scope of the study covering four identified areas of Dar es Salaam; that is, the CBD, Upanga, Kariakoo and Temeke/Chang’ombe will include the following tasks: (i) Assessment of mobility networks - mapping of movement patterns, identification of corridors for street improvements, identification of parking management zones, and undertaking consultation meetings with various stakeholders/organizations; (ii) Preparation of detailed designs for street and greenways - reviewing of existing transport, utility, infrastructure, logistics and land use plans, surveying of land uses, topographic surveying, street element mapping, and studying NMT users and traffic circulation, surveying of street vending and related activities, carrying out safety audits, preparation of designs for complete streets and greenway corridors, reviewing of conceptual designs, and preparation of revised conceptual designs, draft working drawings, final working drawings, bidding documents and bill of quantities & environmental and social impact assessment reports; and (iii) Preparation of parking management plan – conducting key informant interviews & parking surveys, preparing parking management plan, input to street designs & greenways, bidding documents for parking management system, environmental and social impact assessment and resettlement action plan - if applicable; and (iv) Any other tasks assigned by the Client in relation to this assignment.
5. The detailed Terms of Reference (TOR) can be found at the following website: https://www.tamisemi.go.tz. All requests for clarification should be sent through the following e-mail addresses: cities.project@yahoo.com or cities.project@tamisemi.go.tz, and the Client will send responses to clarifications through the same e-mail addresses.
6. The Permanent Secretary, PO-RALG, now invites eligible consulting firms to indicate their interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services. The interested consultant should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The short-listing criteria are: (a) Type of core business and at least 10 years in relevant business; (b) Relevant similar experience, which should specifically include the following: (i) Experience in similar assignments - information to be provided should include the name of the assignments, the names and full contact addresses of the clients, the contract value (in equivalent US dollars), the period (month/year) of execution of the assignments, and the role played in the assignments (Lead or JV partner); (ii) Demonstration of experience working in similar conditions; and (c) The firm's technical and managerial capability (provide only the organizational structure, and the general qualifications, field of expertise and number of key personnel). Do not provide the CVs of the staff. Experts will not be evaluated at the shortlisting stage.
Consultants may associate with other firms to enhance their qualifications, but they should indicate clearly whether the association is in the form of a Joint Venture (JV) and/or a Sub-Consultant. 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 the JV shall independently meet the requirements of the evaluation criteria. The experience, technical, & managerial capability of the sub-consultant/associate shall not be evaluated to enhance the qualification of the Lead Firm or JV. Consultants shall not use the Affiliate Member's Managerial, Technical, or Experience Capabilities to enhance their qualifications.
7. 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”, Fifth Edition, September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
8. A consulting firm will be selected in accordance with the Consultant’s Qualification Selection (CQS) method set out in the Procurement Regulations.
9. Expression of Interest marked: “EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES FOR TRAFFIC MANAGEMENT, MOBILITY AND PARKING STUDY IN THE CENTRAL BUSINESS DISTRICT AREAS OF DAR ES SALAAM CITY UNDER THE DMDP 2 PROJECT ” should be delivered in a written form to the Secretary, Ministerial Tender Board, President’s Office, Regional Administration and Local Government (PO-RALG), CDA Road, Sokoine House, Wing A, Second Floor, Office of the Procurement Management Unit (PMU), Room No. 133, P.O. Box 1923, 41185 Dodoma, Tanzania (in person, or by mail, or by e-mail) on or before Friday April 19, 2024 at 10:00 hours local time.
PERMANENT SECRETARY
PRESIDENT’S OFFICE
REGIONAL ADMINISTRATION AND LOCAL GOVERNMENT,
Government City, Mtumba,
P.O. Box 1923, 41185 Dodoma, Tanzania
Tel: 026-2321607/ 2322853/ 2322848
Fax: 026-2322116/2322146
E-Mail: cities.project@yahoo.com