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. ME56/WB-DMDPII/P180298/2023/2024/W/10
Dar es Salaam CC Package 4: Rehabilitation of Upanga CBD Roads in Dar es Salaam City
SPECIFIC PROCUREMENT NOTICE
REQUEST FOR BIDS (RFB)
1. This Invitation for Bids follows the General Procurement Notice for the Dar es Salaam Metropolitan Development Project – Phase 2 (DMDP 2) that appeared in the United Nations Development Business (UNDB) online Notice No. Notice No. OP00277705 of March 6, 2024.
2. The Government of Tanzania has received financing from the World Bank toward the cost of the Dar es Salaam Metropolitan 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) and intends to apply part of the proceeds toward payments under the contract for Dar es Salaam CC Package 4: Rehabilitation of Upanga CBD Roads in Dar es Salaam City.
3. The Permanent Secretary, President’s Office Regional Administration and Local Government now invites sealed Bids from eligible Bidders for Dar es Salaam CC Package 4: Rehabilitation of Upanga CBD Roads in Dar es Salaam City, the works to be completed within 15 months including mobilization.
Table 1: Estimated Major Items of Work
S/No. |
Item of Work |
Unit |
Quantities |
1. |
Road length |
km |
7.38 |
2. |
Earthworks - Fill |
m3 |
9,000 |
3. |
Excavations |
m3 |
34,000 |
4. |
Concrete Works |
m3 |
6,900 |
5. |
Reinforcement Bars |
tonnes |
360 |
6. |
Improved Subgrade (G7 & G15) |
m3 |
20,000 |
7. |
Sub-base Layer (C1&C2) |
m3 |
10,500 |
8. |
Base Course Layer (CRR) |
m3 |
10,300 |
9. |
Surfacing (SP 12,5) |
m3 |
3,300 |
10. |
Bridges |
Nos. |
0 |
11. |
Box Culverts |
Nos. |
1 |
12. |
Pipe Culverts |
Nos. |
2 |
4. Bidding will be conducted through National Competitive Procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Fourth Edition, September 2023 (“Procurement Regulations”), and is open to all Bidders as defined in the Procurement Regulations.
5. Bidders should note that to qualify for award of the contract they are required to meet certain minimum qualifying criteria as provided in Section III (Evaluation and Qualification Criteria) of the Bidding Document, which includes but not limited to: (i) experience as prime contractor in construction of at least two works similar nature and complexity in the last five years each of minimum value of USD 7.3 million, (ii) Average Annual Turnover calculated as total certified payments received for contracts in progress or completed, within the last five (5) years of USD 11.8 million, (iii) minimum amount of liquid assets and/or credit facilities net of other contractual commitments of USD 1.9 million. Procurement of the Works under this Package is being advertised and will be executed concurrently with other Packages in four (4) Municipalities/City under the DMDP Phase 2 Project namely, Package 3 and Package 5 in Dar es Salaam City, Package 2 and Package 4 in Ubungo Municipality, Package 2 and Package 4 in Kigamboni Municipality and Package 2 and Package 4 in Temeke Municipality. Hence, regarding Award Criteria for Multiple Contracts, the Employer will aggregate minimum requirements for respective packages/bids as specified under items 3.1, 3.2, 4.2(a) and 4.2(b) of Section III. However, with respect to the specific experience under item 4.2 (a) of Section III; Item (b) for Multiple Contracts; Option 1 shall apply as provided in the Bidding Document. With regard to Key Personnel and Equipment, to be awarded multiple contracts, the bidder must present separate sets of equipment and separate teams of key personnel for each Package. Further details and complete qualification requirements are provided in the Bidding Document.
Bidders have the option to Bid for any one or more Packages. Bids will be evaluated package-wise, considering discounts offered, if any, for any one or more packages. The contract(s) will be awarded to the Bidder or Bidders offering the lowest evaluated cost to the Employer for any one or more packages, subject to the selected Bidder(s) meeting the required qualification criteria for any one or combination of packages. Cross-discounts for packages will not be applied.
6. The bidding document in English is available online in NeST - https://www.nest.go.tz. Bidders will be required to register on the NeST to be able to participate in this bidding process. Interested bidder will be required to purchase bidding document through the portal upon payment of non- refundable fee generated in the NeST. Payment is performed through dedicated payment gateway integrated in NeST. All requests for clarification should be sent through NeST and the Employer will send Responses to Clarifications, Minutes of Pre-bid Meeting and Amendments through NeST - https://www.nest.go.tz and email notification will also automatically be sent to those bidders who have started working on this bid. The bidders would be responsible for ensuring that any addenda available on the website is also downloaded and incorporated.
7. Bids must be submitted online through NeST - https://www.nest.go.tz on or before 10:00 am local time on Friday August 16, 2024, and bids will be opened through NeST on Friday August 16, 2024, at 10:30 am local time. The NeST would not allow any late submission of bids. The Employer shall not be held liable for any delays due to system failure beyond its control. Even though the system will attempt to notify the bidders of any bid updates, the Employer shall not be liable for any information not received by the bidder. It is the bidders’ responsibility to verify the website for the latest information related to this bid.
8. All Bids must be accompanied by a Bid Security of TZS 425,000,000.00 (Tanzanian Shillings Four Hundred and Twenty Five Million Only) or an equivalent amount in freely convertible currency valid for 28 days beyond the bid validity period (i.e., 148 days after the bid submission deadline). The Bid Security shall be an Unconditional Bank Guarantee or Irrevocable Letter of Credit or Banker's Cheque addressed to: Permanent Secretary, President’s Office Regional Administration and Local Government P.O. Box 1923, 41185 Dodoma Tanzania. The Bidders have to submit a scanned copy of the Bid Security in the NeST as per the format provided in the Bidding Documents. The Original copy of the Bid Security must be submitted 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 on or before 10:00 am local time on Friday August 16, 2024. In case the original copy of the Bid Security is not submitted by bidder at the date and time specified, the bid will not be considered.
9. Pre-Bid meeting including site visits shall take place at District Manager – TARURA, Ilala District, DMDP Building Conference Hall, First Floor, Mnazi Mmoja, Dar es Salaam, on Tuesday July 16, 2024, at 10:00 am local time. Additionally, a clarification joint meeting involving all prospective bidders participating in the DMDP 2 works Packages advertised concurrently with this Tender, has been organized to take place at the Office of the Project Coordinator, PO-RALG/TARURA (WBCU), Dar es Salaam Metropolitan Development Project – Phase 2 (DMDP 2) Project, 4th Floor, LAPF/PSSSF Millennium Tower I, Kijitonyama, P.O. Box 34314, Dar es Salaam, Tanzania on Friday July 19, 2024, at 10:00 am local time.
10. The address referred to above is:
Permanent Secretary,
President’s Office,
Regional Administration and Local Government
Government City, Mtumba,
P.O. Box 1923, 41185 Dodoma Tanzania.
Tel: +255 (26) 2322848, 2321607
Fax: +255 (26) 2322116, 2322146
E-Mail Address: cities.project@yahoo.com; ps@tamisemi.go.tz