Back to tenders & grants page
Tanzania-Dar es Salaam: EDF — Upgrading of Mikumi–Ifakara road to bitumen standard — Kidatu–Ifakara section including the Great Ruaha bridge Machinery & Equipment Tanzania-Dar es Salaam: EDF — Upgrading of Mikumi–Ifakara road to bitumen standard — Kidatu–Ifakara section including the Great Ruaha bridge
Receive Tenders like this by email

Tanzania-Dar es Salaam: EDF — Upgrading of Mikumi–Ifakara road to bitumen standard — Kidatu–Ifakara section including the Great Ruaha bridge

Tanzania-Dar es Salaam: EDF — Upgrading of Mikumi–Ifakara road to bitumen standard — Kidatu–Ifakara section including the Great Ruaha bridge has been closed on 27 Jan 2017. It no longer accepts any bids. For further information, you can contact the The National Authorising Officer for EDF, 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, Ministry of Finance and Planning

Industry:

Machinery & Equipment

Status:

Closed

Timeline

Published:

22 Oct 2016

Deadline:

27 Jan 2017

Value:

Not available

Contacts

Description

Works contract notice

Location — Morogoro Region in Tanzania

Please note that the awarding of the contract is subject to the condition of: the prior adoption of a financing decision and the prior conclusion of a financing agreement which does not modify the elements of the procurement procedure (this will be the case, for instance, if the budget initially foreseen is different or if the time-frame, the nature or the condition of the implementation are altered). If the precedent condition is not met, the contracting authority will either abandon the procurement or cancel the award procedure without the candidates or tenderers being entitled to claim any compensation.

1.Publication reference:
EuropeAid/136864/IH/WKS/TZ.
2.Procedure:
Open.
3.Programme title:
EU support to the Sagcot initiative (southern agricultural growth corridor of Tanzania).
4.Financing:
Financing agreement No TZ/FED/2013/023-851.
5.Contracting authority:

The National Authorising Officer for EDF, 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:
Upgrading of Kidatu–Ifakara road (approximately 67 km) to bitumen standard including construction of the Great Ruaha bridge.
Upgrading of Kidatu–Ifakara road section:
The road works consist of the upgrading of the existing gravel road to bitumen standard. Main components include construction of road embankments, pavement layers, and drainage structures involving bridges, box culverts and pipe culverts.
Construction of the Great Ruaha bridge:
This consists of construction of a bridge with reinforced concrete pier and abutments founded on rock, 3 spans of 130 m total length with composite steel girders and reinforced concrete deck.
The following table shows approximate quantities of major works in the contract:
S/N; description; units; quantities:
1; clearing and grubbing; Ha; 78;

2; common excavation (including top soil); m3; 1 559 995;

3; rock excavation; m3; 11 000;

4; fill G3 quality material; m3; 942 895;

5; improved subgrade G7; m3; 154 770;

6; improved subgrade G15; m3; 139 179;

7; subbase cement stabilised C2; m3; 253 275;

8; base course CRR; m3; 118 304;

9; prime coat MC30; litres; 745 426;
10; cement for stabilisation; tonnes; 20 262;

11; concrete for drainage structures and bridges; m3; 20 362;

12; reinforcement steel for drainage structures and bridges; tonnes; 1 875;

13; galvanised gabion boxes; m3; 7 829;

14; galvanised steel beam guardrails; ln. m; 9 250;
15; performance grade 70-22 bitumen for wearing course; tonnes; 4 151;

16; 50 mm asphalt concrete wearing course class AC 20; m3; 33 883;

17; stone pitching; m2; 1 200;

18; piling for bridges; m; 2 844;
19; structural steelwork for bridges; tonnes; 588.
7.Number and titles of lots:
1 lot only.


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 23 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 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 400 000 EUR or 1 000 000 000 TZS 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:
A mandatory information meeting and site visit will be held on 6.12.2016; the meeting place will be at Tanroads regional manager's offices Morogoro at 9:00.
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 30 calendar months including mobilisation from the date of commencement as instructed by the supervisor.


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 50 000 000 EUR or equivalent (using the euro rate of the date of publication of the procurement notice) for which audited accounts are available, as evidenced by form 4.4 financial statement and the company's previous 3 years certified payment of accounts. 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 as evidenced by a letter from a creditable financial institution and/or a recent bank statement, certificate of cash deposits, etc. In any case, the amount of credit available must exceed the equivalent of 3 000 000 EUR.
Technical and professional capacity of candidate:
i) the tenderer must have successfully completed during the period of 7 years prior to the submission deadline i.e. January 2010 to January 2017, at least 2 road projects of more than 35 000 000 EUR, with at least 1 in any sub-Saharan African country, and at least 1 bridge with a combined span of greater than 100 m. This means that the project the tenderer refers to could have been started/implemented/completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during 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;
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) all its staff must have at least 5 years' appropriate experience and proven qualifications relevant to works of a similar nature to this project and must include the following: construction manager, soil/material engineer, workshop/equipment manager.
The project manager must have at least 10 years' appropriate experience and qualifications relevant to works of a similar nature to this project and be fluent in spoken and written English.
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/136864/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 500 000 TZS which excludes courier delivery from:

The National Authorising Officer for EDF, Programme Support Unit, Ministry of Finance and Planning, 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,

— the Tanzania National Roads Agency (Tanroads), 4th floor, Airtel House, Ali Hassan Mwinyi/Kawawa Roads Junction, Dar es Salaam, UNITED REPUBLIC OF TANZANIA,

— 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 27.1.2017 (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 27.1.2017 (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:370110-2016: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