THE UNITED REPUBLIC OF TANZANIA
PRESIDENT’S OFFICE
REGIONAL ADMINISTRATION AND LOCAL GOVERNMENT
TEMEKE MUNICIPAL COUNCIL
DAR ES SALAAM METROPOLITAN DEVELOPMENT PROJECT (DMDP)
IDA CREDIT NO. 5585-TZ
TENDER NO. LGA/016/2018-2019/W/DMDP/02
CONSTRUCTION OF FLOOD CONTROL AND STORM WATER DRAINAGE SYSTEMS IN TEMEKE MUNICIPALITY
PACKAGE 4 - GEREZANI CREEK
INVITATION FOR BIDS
1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the UN Development Business on April 22, 2015.
2. The Government of the United Republic of Tanzania has received a credit from the International Development Association (IDA) towards the costs of Dar es Salaam Metropolitan Development Project (DMDP) coordinated by the President’s Office, Regional Administration and Local Government (PO-RALG) through Project Coordination Unit (PCU) within the Tanzania Rural and Urban Roads Agency (TARURA). It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for Construction of Flood Control and Storm Water Drainage Systems in Temeke Municipality.
3. The Municipal Director, Temeke Municipal Council now invites sealed bids from eligible bidders for construction and completion of Package 4: Construction of Flood Control and Storm Water Drainage Systems in Temeke Municipality consisting of open drains, subsurface storm water drainage, detention pond, drive ways, parking lot, access road, prefabricated culverts, manholes, concrete kerbing, channeling, chutes and lining, precast concrete paving blocks and guard rails in Gerezani Creek as outlined in Table 1 below. The construction period is 15 months.
Table 1: Estimated Quantities for Major Items of Works
S/N |
DESCRIPTION |
UNIT |
QUANTITY |
1 |
Clearing, grubbing and removal of topsoil |
Ha |
8.83 |
2 |
Breaking up existing pavement layers |
m3 |
752 |
3 |
Excavation |
m3 |
102,601 |
4 |
Excavation of Domestic Waste Materials |
m3 |
4,496 |
5 |
Excavation in Rock |
m3 |
3,410 |
6 |
Backfilling |
m3 |
43,553 |
7 |
Reinforced Concrete Class 30 |
m3 |
6,030 |
8 |
Reinforced Concrete Class 25 |
m3 |
8,045 |
9 |
Plain Concrete Class 15 |
m3 |
68 |
10 |
Reinforcements |
Ton |
1,198 |
11 |
Formwork |
m2 |
46,865 |
12 |
Precast Concrete Paving Blocks |
m2 |
23,489 |
13 |
Asphalt Concrete |
m3 |
77 |
14 |
Concrete Kerbing |
m |
956 |
15 |
Reinforced Concrete Pipe Manhole |
No |
83 |
16 |
Guardrails |
m |
280 |
17 |
Duckbill Valves |
No |
13 |
18 |
Tidefix Series 35 Flanged Check Valve |
No |
13 |
19 |
Streetlight |
No |
79 |
4. Bidding will be conducted through National Competitive Bidding (NCB) bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, edition of January 2011, revised July 2014 (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on Conflict of Interest.
5. Qualifications requirements for the works include: (i) experience in construction of at least two works of similar nature and complexity in the last five years each of minimum value USD 7.0 million or equivalent (ii) minimum average annual construction turn over for the last five years of USD 18.0 million or equivalent (iii) minimum amount of liquid assets and/or credit facilities net of other contractual commitments of USD 3.0 million or equivalent etc. Procurement of the Works under this bid is advertised and will be executed concurrently with other seven (7) similar bids for Works Packages in Municipalities under the Dar es Salaam Metropolitan Development Project (DMDP) namely Package 5, 9 and 10 for Temeke Municipality, Package 4 and 7 for Kinondoni Municipality and Package 2 and 3 for Ilala Municipality. Hence, regarding Award Criteria for Multiple Contracts, the Employer will aggregate minimum requirements for respective lots/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. With regard to Key Personnel and Equipment, to be awarded multiple contracts, the bidder must present separate sets of equipment and separate teams for each package. Further details and complete qualification requirements are provided in the Bidding Document.
6. Interested eligible bidders may obtain further information from the Office of Procurement and Management Unit (PMU), Temeke Municipal Council and inspect the bidding documents during office working hours from 07:30 to 15:30 hours local time, Monday to Friday except public holidays.
7. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of non-refundable fee of TZS 200,000.00 (Tanzanian Shillings Two Hundred Thousand Only) or its equivalent in freely convertible currency for each set. The method of payment will be by Banker's cheque, Bankers Draft or Cash to Municipal Director, Temeke Municipal Council, 92 Mandela/Taifa Road, P. O. Box 46343, 15883 Dar es Salaam, Tanzania or direct deposit or telegraphic transfer to the bank account.
Payee Name: Municipal Director - Temeke
Bank Name: CRDB Bank PLC.
Account Number: 0150460301900
Bank Code: 03399
Swift Code: CORUTZTZ
Bank Key: 67-039205
8. Bids must be delivered to The Secretary, Temeke Municipal Council Tender Board, Office of the PMU, Storage Block Room No. 1, 92 Mandela/Taifa Road, opposite the National Football Stadium - Main Entrance, P.O. Box 46343, 15883 Dar es Salaam, Tanzania on or before 10:00 am on Friday December 28, 2018. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the DMDP Building Conference Hall First Floor Room No. 10 immediately after the deadline for submission of Bids.
9. All bids must be accompanied by a TZS 400,000,000.00 (Tanzanian Shillings Four Hundred 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 bids submission deadline). The Bid Security shall be Unconditional Bank Guarantee or Irrevocable Letter of Credit or Banker's Cheque clearly addressed to: The Municipal Director, Temeke Municipal Council, 92 Mandela/Taifa Road, P.O. Box 46343, 15883 Dar es Salaam, Tanzania.
10. A Pre-Bid meeting shall take place at DMDP Building Conference Hall First Floor Room No. 10, Temeke Municipal Council, 92 Mandela/Taifa Road, Dar es Salaam on Thursday November 29, 2018 at 10:00 am, to be followed by a Site Visit.
Municipal Director,
Temeke Municipal Council,
92 Mandela/Taifa Road,
P.O. Box 46343,
15883 Dar es Salaam,
TANZANIA
Telephone: +255 22 2928132/2928138
Fax: +255 22 2928137
E-Mail Address: temeke@temekemc.go.tz