Back to tenders & grants page
Tanzania-Dar es Salaam: EDF — Construction of 1-stop inspection station (OSIS) in Manyoni (lot 1) and in Nyakanazi (lot 2) including supply and installation of weighbridges Construction & Engineering, Consumer Goods & Services, Transport & Logistics Tanzania-Dar es Salaam: EDF — Construction of 1-stop inspection station (OSIS) in Manyoni (lot 1) and in Nyakanazi (lot 2) including supply and installation of weighbridges
Receive Tenders like this by email

Tanzania-Dar es Salaam: EDF — Construction of 1-stop inspection station (OSIS) in Manyoni (lot 1) and in Nyakanazi (lot 2) including supply and installation of weighbridges

Tanzania-Dar es Salaam: EDF — Construction of 1-stop inspection station (OSIS) in Manyoni (lot 1) and in Nyakanazi (lot 2) including supply and installation of weighbridges has been closed on 07 Apr 2016. It no longer accepts any bids. For further information, you can contact the The National Authorising Officer for EDF, on behalf of the United Republic of Tanzania, Ministry of Finance and Planning

Bellow, you can find more information about this project: 

Location: Tanzania

General information

Donor:

The National Authorising Officer for EDF, on behalf of the United Republic of Tanzania, Ministry of Finance and Planning

Industry:

Construction & Engineering

Consumer Goods & Services

Transport & Logistics

Status:

Closed

Timeline

Published:

30 Apr 2016

Deadline:

07 Apr 2016

Value:

Not available

Contacts

Description

Works contract notice

Location — Singida and Kagera regions in Tanzania

1.Publication reference:
EuropeAid/136863/IH/WKS/TZ.
2.Procedure:
Open.
3.Programme title:
Construction of a 1-stop inspection station (OSIS) in Manyoni and Nyakanazi, including supply and installation of weighbridges.
4.Financing:
Financing agreement RSO/FED/2013/024-121.
5.Contracting authority:

The National Authorising Officer for EDF, on behalf of the United Republic of Tanzania, Ministry of Finance and Planning, PO Box 1851, 1 Madaraka Street, 11468 Dar es Salaam, UNITED REPUBLIC OF TANZANIA.


Contract specifications

6.Description of the contract:
Construction of 2 (2-side) OSIS facilities; 1 in Manyoni (Singida region) and 1 in Nyakanazi (Kagera region).
Each site will include access and internal roads, a building for inspection facilities, including weighbridges, information and communication technology (ICT) works and security system. Additionally the site will include other offices, a safe parking area to accommodate trucks, staff housing accommodation, and fully serviced land for a filling station and garage facility.
The following tables show approximate quantities of major works in the contract:
SN; description of civil works; units; Manyoni; Nyakanazi:

1; clearing and grubbing; m2; 110 000; 110 000;

2; excavations; m3; 3 000; 3 400;

3; cut to spoil; m3; 17 500; 17 538;

4; fill (G3, G7 and G15); m3; 33 500; 41 000;

5; cement stabilisation; m3; 18 500; 18 500;

6; CRS base course; m3; 3 230; 3 230;

7; concrete for parking and access roads (200 mm thick); m3; 17 200 17 270;

8; double surface dressing; m2; 16 150; 15 200;

9; electrical/lighting works; no; 80; 80;
10; installation of WIM bridge machine (digital WIM, capacity 100 tonnes, platform size 3 500 mm x 2 000 mm (outer dimension), type of installation; pit type, speed of weighing; 15 KMPH to 80 KMPH and 1 direction of weighing); no; 2; 2;
11; installation of static weighbridge (digital, capacity; 100 tonnes and accuracy of +/- 10 kgs as per EN 45501); no; 2; 2;

12; fencing using chain link and galvanised steel posts; m2; 14 700; 14 700.

Building works:
SN; description; Manyoni; Nyakanazi:

1; clearance and grubbing (area m2); 4 336; 4 336;

2; construction of TRA offices (with area of 225 m2 each); 2; 2;

3; construction of police offices (with area of 348 m2 each); 2; 2;

4; construction of Tanroads offices (with area of 275 m2 each); 2; 2;

5; construction of staff houses type I (with area of 143 m2 each); 6; 6;

6; construction of staff houses type II (with area of 160 m2 each); 6; 6;

7; construction of wellness centre (with area of 352 m2 each); 1; 1.

7.Number and titles of lots:
2 lots:
lot 1) construction of OSIS in Manyoni — Singida region;
lot 2) construction of OSIS at Nyakanazi — Kagera region.


Terms of participation

8.Eligibility and rules of origin:
Participation in tendering is open on equal terms to all natural and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are established in one of the Member States of the European Union, ACP States or in a country or territory authorised by the ACP–EC Partnership Agreement under which the contract is financed (see also heading 22 below). Participation is also open to international organisations. All supplies and materials under this contract shall originate from 1 or more of those eligible countries. However, they may originate from any country when the amount of the supplies and materials to be purchased is below 100 000 EUR.
9.Grounds for exclusion:
Tenderers must submit a signed declaration, included in the tender form for a works contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the ‘Practical Guide’.
10.Number of tenders:
Tenderers may submit only 1 tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than 1 lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.
11.Tender guarantee:
Tenderers must provide a tender guarantee of an amount of 50 000 EUR or 100 000 000 TZS for each lot, when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer upon signature of the contract by all parties.
12.Performance guarantee:
The successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the contracting authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
13.Information meeting and/or site visit:
An optional information meeting and/or site visit will be held as followed:
lot No; OSIS name; date; meeting place/venue and time:
1; Manyoni; 31.5.2016; Regional Manager's Office, Tanroads — Singida at 8:30;
2; Nyakanazi; 2.6.2016; Regional Manager's Office, Tanroads — Kagera at 8:30.
14.Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the contracting authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period.
15.Period of implementation of tasks:
The period of implementation of the tasks is 18 calendar months including mobilisation from the date of commencement as instructed by the supervisor.
If a tenderer is awarded 2 lots, the period of implementation for both lots awarded to him will be concurrent and not sequential.


Selection and award criteria

16.Selection criteria:
The selection criteria for each tenderer are as follows:
Economic and financial capacity of candidate:
i) the tenderer’s average annual turnover in the past 3 years must be at least 6 000 000 EUR (or 15 000 000 000 TZS) if tenders for 1 lot and 12 000 000 EUR (or 30 000 000 000 TZS) if tenders for 2 lots. The tenderer is required to submit a statement of overall turnover and turnover for works contracts for the last 3 financial years;
ii) if it is the sole tenderer, it must have access to sufficient credit and other financial facilities to cover the required cash flow for the duration of the contract. In any case, the amount of credit available to the tenderer must exceed the equivalent of 1 000 000 EUR (or 2 400 000 000 TZS) for each lot. The tenderer shall submit a statement from a bank or other financing institution acceptable to the contracting authority confirming the availability of sufficient credit as required by form 4.4; and
iii) the tenderer must provide the information required in the tender forms.
Technical and professional capacity of candidate:
i) the tenderer must have completed as prime contractor a minimum of 1 project in road works for not less than a value of 5 000 000 EUR and a minimum of 1 project in building works for not less than 2 000 000 EUR, and implemented during the 3 years prior to the deadline for the submission of tenders, i.e. June 2013–end of May 2016. This means that the project(s) the tenderer refers to could have been completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented for the entire period;
ii) the tenderer must have the following certificate:
a. for national tenderers: certificate of registration with the Contractor's Registration Board in class 1 civil works and minimum class 2 in building works;
b. for foreign tenderers: certificate of registration equivalency of the above classes in civil works and in building works in their own country of registration;
iii) the contracting authority reserves the right to ask for copies of certificates of final acceptance signed by the supervisors/contracting authority of the projects concerned;
iv) if it is the sole tenderer, it must be able to carry out at least 70 % of the contract works using its own resources, which means that it must have the equipment, materials, human and financial resources necessary to carry out that percentage of the contract;
v) the lead member of a tenderer, which is a joint venture or consortium, must be able to carry out at least 50 % of the contract works using its own means;
vi) a partner of a tenderer, which is a joint venture or consortium, (i.e. not the lead member) must be able to carry out at least 10 % of the contract works using its own means;
vii) the project manager must be fluent in spoken and written English. The minimum experience and qualifications required for key personnel are shown in the table below:
position; in similar works (years); total experience for proposed position (years/No of projects); qualification:
project manager/site agent (minimum 1 per lot); 8; 4/2; B.Sc. in civil eng.;
surveyor (minimum 1 per lot); 5; 5/2; advanced diploma in surveying;
materials/quality assurance engineer (minimum 1 per lot); 5; 5/2; B.Sc. in civil eng.
Note: tenderers may propose alternative qualifications of equivalent status for these positions.
An economic operator may, where appropriate and for a particular contract, rely on the capacity of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the contracting authority are when the tenderer relies mostly on the capacity of other entities or when it relies on key criteria. If the tenderer relies on other entities, it must prove to the contracting authority that it will have at its disposal the resources necessary to perform the contract, for example by producing an undertaking on the part of those entities to place resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the tender should include a separate document providing data on this third entity for the relevant selection criterion. Proof of capacity must be furnished at the request of the contracting authority.
17.Award criteria:
The most economically advantageous tender is the technically compliant tender with the lowest price.


Tendering

18.How to obtain the tender dossier:

The tender dossier is available electronically on the EU website by encoding the publication reference EuropeAid/136863/IH/WKS/TZ: https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

A hard copy of the tender dossier can be requested upon payment of 100 000 TZS per lot which excludes courier delivery from:

The National Authorising Officer for EDF, Programme Support Unit, Ministry of Finance, Treasure Main Building — Room 330, 2nd Floor, 1 Madaraka Street, PO Box 1851, 11468 Dar es Salaam, UNITED REPUBLIC OF TANZANIA. Fax +255 22 211 6597. E-mail: [email protected] and [email protected]

upon payment of the courier delivery cost, if any.
The tender dossier is available for inspection at the:
— office of the contracting authority above,

— at the Tanzania National Roads Agency (Tanroads), 3rd Floor Airtel House, Ali Hassan Mwinyi/Kawawa Roads Junction, Dar es Salaam, UNITED REPUBLIC OF TANZANIA,

— at the Delegation of the European Union to Tanzania, 4th Floor Umoja House, Garden Avenue, Dar es Salaam, UNITED REPUBLIC OF TANZANIA.

Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed.
Tenderers with questions regarding this tender should send them in writing to:

The National Authorising Officer for EDF, Programme Support Unit, fax +255 22 211 6597, e-mail: [email protected] and [email protected]

(mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 19. The contracting authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/ index.cfm?do=publi.welcome

19.Deadline for submission of tenders:
The deadline for submission of tenders is on 4.7.2016 (10:00), local time.
The contracting authority's opening hours are Monday to Friday from 9:00 to 15:00, local time.
Any tender received by the contracting authority after this deadline will not be considered.
20.Tender opening session:
The public opening session is on 4.7.2016 (10:30), local time.
21.Language of the procedure:
All written communication for this tender procedure and contract must be in English.
22.Repetition of similar works:
Subsequent to the initial contract resulting from the current tender procedure, new works consisting in the repetition of similar works, up to the estimated amount of 20 % of the original contract price, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new works are in conformity with the same basic project.
23.Legal basis:
Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States of the one part, and the European Community and its Member States, of the other part, signed in Cotonou on 23.6.2000 as amended in Luxembourg on 25.6.2005 and in Ouagadougou on 22.6.2010. Reference is made to Annex IV as revised by Decision No 1/2014 of the ACP–EU Council of Ministers of 20.6.2014.

http://ted.europa.eu/udl?uri=TED:NOTICE:149364-2016:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more