ROADS TO INCLUSION AND SOCIO-ECONOMIC OPPORTUNITIES PROJECT (RISE)
Request for Bids
Works
FOR
PACKAGE A: UPGRADING OF 58KM ROADS IN MBOGWE DISTRICT GEITA REGION INTO THE APPROPRIATE SEALING STANDARD.
TENDER NO: AE.092/WB-RISE-P164920/463629/2024/25/W/01
(One Stage - Two Envelope Bidding Process)
This request for bids follows the General Procurement Notice for the Roads to Inclusion and Socio-Economic Opportunities Project (RISE) that appeared in the United Nations Development Business (UNDB) No. WB-P890351-12/21 of 14th December, 2021
The Government of the United Republic of Tanzania has received financing from the World Bank toward the cost of the Roads to Inclusion and Socio-Economic Opportunities (RISE) – Project ID: IDA Credit No. 6867-TZ and intends to apply part of the proceeds toward payments under the Contract for Package A: Upgrading of 58 km Roads in Mbogwe District Geita Region into the Appropriate Sealing Standard, Tender No.: AE.092/WB-RISE-P164920/463629/2024/25/W/01.
Lot 1: Masumbwe-Iponya-Nyashimba Road (20.8 km),
Lot 2: Lulembela – Kiseke – Isebya (16.8 km), and
Lot 3: Mkweni – Nhomolwa - Nyanhwiga (22.2 km)
The Tanzania Urban and Rural Roads Agency (TARURA) on behalf of the President’s Office, Reginal Administration and Local Governments hereinafter referred to as the “Employer;” now invites sealed Bids from eligible Bidders for Package A: Upgrading of 58 km Roads in Mbogwe District Geita Region into the Appropriate Sealing Standard, Tender No.: AE.092/WB-RISE-P164920/463629/2024/25/W/01.
Lot 1: Masumbwe-Iponya-Nyashimba Road (20.8 km),
Lot 2: Lulembela – Kiseke – Isebya (16.8 km), and
Lot 3: Mkweni – Nhomolwa - Nyanhwiga (22.2 km)
The Works consist of construction of the road to Surfacing, installation of new drainage structures, and other ancillary works. The Contractor shall ensure proper traffic management during the construction period and comply with statutory Environment and Safety protection guidelines. The estimated quantities for major works items are provided as follows:
Table 1: Major Items of Work
|
|
DESCRIPTION |
QUANTITIES |
||
|
|
|
Lot 1 |
Lot 2 |
Lot 3 |
|
|
Clearing and Grubbing |
38 ha |
30 ha |
46 ha |
|
|
Common Excavation |
70,224 m3 |
76,680 m3 |
66,415 m3 |
|
|
Rock Excavation |
3,450 m3 |
3,580 m3 |
3,120 m3 |
|
|
Fill up to G3 Quality Material |
687,252 m3 |
277,683 m3 |
540,414 m3 |
|
|
Rockfill |
7,782 |
7,266 |
4,670 |
|
|
Selected Subgrade G7 |
37,299 m3 |
31,866 m3 |
42,282 m3 |
|
|
Selected Subgrade G15 |
36,396 m3 |
31,085 m3 |
41,232 m3 |
|
|
Stabilized Sub Base CM |
47,288 m3 |
40,328 m3 |
53,506 m3 |
|
|
Base Course CRS |
34,290 m3 |
29,047 m3 |
38,137 m3 |
|
|
Prime coat MC30 |
228,600 lts |
193,647 lts |
254,237 lts |
|
|
Double Surface Dressings |
228,600 m2 |
193,647 m2 |
254,237 m2 |
|
|
Concrete pipe culverts |
1,050 m |
480 m |
885 m |
|
|
Guardrails on steel posts |
3,825 m |
1,350 m |
4,675 m |
|
|
Cast in situ concrete for structures |
7,002 m3 |
7,688 m3 |
8,770 m3 |
|
|
Steel reinforcement (Grade 460) “Measured separately” |
529 tonnes |
432 tonnes |
517 tonnes |
|
|
Solar street lighting |
106 No. |
58 No. |
84 No. |
Bidding will be conducted through International Competitive Procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers- Procurement in Investment Projects Financing” Fifth Edition, September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
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 (without Prequalification Criteria) of the Request for Bids which includes:
Table 2: Minimum Evaluation and Qualification Criteria
|
S/No. |
CRITERIA |
MINIMUM QUALIFICATION |
||
|
Lot 1 |
Lot 2 |
Lot 3 |
||
|
1 |
Average Annual Turnover calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years |
US$ 15 Million |
US$ 10 Million |
US$ 15 Million |
|
2 |
Access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet: (i) cash-flow requirement (ii) the overall cash flow requirements for this contract and its current commitments. |
US$ 3 Million
|
US$ 2 Million
|
US$ 3 Million
|
|
3 |
A minimum number of similar contracts that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2020 and application submission deadline each of minimum value |
One (1) contracts, each of minimum value US$ 10 million equivalent. |
One (1) contracts, each of minimum value US$ 8 Million equivalent. |
One (1) contracts, each of minimum value US$ 10 Million equivalent. |
Further details and complete qualification requirements are provided in the Bidding Document
Procurement of the Works under this bid (Package A: Upgrading of 58 km Roads in Mbogwe District, Geita Region into the Appropriate Sealing Standard) is advertised and will be executed concurrently with another two packages (Package B: Upgrading of 57 km of Roads in Handeni District into the Appropriate Sealing Standard and Package C: Upgrading of 59km Roads in Ruangwa District, Lindi region into the Appropriate Sealing Standard). Hence, regarding Award Criteria for Multiple Contracts, the Employer will aggregate minimum requirements for respective packages as specified under Items 3.1, 3.2, 4.2(a) and 4.2(b) of Section III (Evaluation and Qualification Criteria). However, with respect to the specific experience under item 4.2 (a) of Section III of the bidding documents; Item (b) for Multiple Contracts – Option 12 will apply thus, Bidders must submit different contracts as experience for different lots. Regarding Key Personnel and Equipment, to be awarded multiple contracts, the bidder must present separate sets of equipment and separate teams for each package.
Bidders should also note that the works must be completed within fifteen (15) months inclusive of three (3) months mobilization period for each lot
Interested eligible Bidders may obtain further information and inspect the bidding documents at the office The Secretary, Tanzania Rural and Urban Roads Agency (TARURA) HQ Tender Board – RISE Project, Makole Area, PSSSF Building, 7th Floor/7-0008, Dodoma, Tanzania. Telephone: +255673557028, Fax: 026-2322929 between 08:00 hrs and 16:30 hrs, from Monday to Friday inclusive, except on public holidays.
The Request for Bids in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of TZS 1,000,000 (Tanzanian Shillings One Million Only). The method of payment will be through the Control Number to be provided by TARURA. Please request a control number through mail address: catherine.nangawe@tarura.go.tz copied to pmurise@tarura.go.tz after getting the control number, follow procedures outlines in this link https://epay.gepg.go.tz/ to make payment and follow up your receipt via emails provided or direct deposit or telegraphic transfer to the TARURA bank account. Details of the Bank Account will be made available to bidders upon request to The Secretary, Tanzania Rural and Urban Roads Agency (TARURA) HQ Tender Board – RISE Project, Makole Area, PSSSF Building, 7th Floor/7-0008, Dodoma, Tanzania. Telephone: +255673557028, Fax: 026-2322929 and E-mail address: pmurise@tarura.go.tz.
Please note that the Request for Bids are being provided in hard copies. However, only for the convenience of the bidders, in filling the various Forms and the Bills of Quantities, a soft copy in a flash disk is also being given along with the hard copy. The bidders should note that in case of any difference in the hard and the soft copy, the one in hard copy only will prevail.
Bids must be delivered to the address below on or before 10:00 hours local time. on 11th April 2025. Electronic bidding will not be permitted. Late Bids will be rejected and partial bids, electronic bids, bids sent by facsimile, bids not received, not opened and not read out in public at the bid opening ceremony shall not be considered for evaluation irrespective of the circumstances. The bids must be submitted in one (1) original and three (3) copies and the outer envelope of the bids must be clearly marked "Package A: Upgrading of 58km Roads in Mbogwe District Geita Region into the Appropriate Sealing Standard, Lot 1: Masumbwe-Iponya-Nyashimba Road (20.8km), Lot 2: Lulembela – Kiseke – Isebya (16.8km), and Lot 3: Mkweni-Nhomolwa-Nyanhwiga (22.2km), Tender No: AE.092/WB-RISE-P164920/463629/2024/25/W/01”. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 10:00 A.M. on 11th April 2025.
The outer Bid envelopes marked “ORIGINAL BID,” and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the TARURA Conference Room, RISE Project, Makole Area, PSSSF Building, 7th Floor, Dodoma, Tanzania immediately after submission deadline. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Employer until the second public Bid opening.
The FINANCIAL PART of Bids will be publicly opened after the completion of the evaluation of the TECHNICAL PART of the Bids pursuant to ITB 34, in the presence of Bidders’ designated representatives and anyone who choose to attend at TARURA Conference Room, RISE Project, Makole Area, PSSSF Building, 7th Floor, Dodoma, Tanzania, Tanzania, on the date and time to be notified by the Employer.
All bids must be accompanied by a Bid Securing Declaration in the Format provided under Section IV of the Bidding Documents.
A combined site visit and pre-bid meeting will be held on 17th March 2025, at 09:00 hours local time. at the offices of the TARURA Regional Manager’s Office, Geita Region. The visit will commence at the Geita Regional Manager’s Office
Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
The address referred to above is:
The Secretary, TARURA HQ Tender Board,
Tanzania Rural and Urban Roads Agency (TARURA) – RISE Project,
Street Address: Makole Area,
Building: PSSSF Building,
Address: P. O. Box 11042, Dodoma, Tanzania.
Floor/ Room number: 7th Floor/7-0008
City/Town: Dodoma City
Country: United Republic of Tanzania
Telephone: +255673557028
Electronic mail address: pmurise@tarura.go.tz
THE CHIEF EXECUTIVE
TANZANIA RURAL AND URBAN ROAD AGENCY (TARURA)