zanzibar logo

CONSULTING SERVICES – FIRM SELECTION

WhatsApp
Twitter
Email
LinkedIn
Instagram

THE REVOLUTIONARY GOVERNMENT OF ZANZIBAR

PRESIDENT’S OFFICE, FINANCE AND PLANNING

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRM SELECTION) COUNTRY: UNITED REPUBLIC OF TANZANIA

NAME OF PROJECT: BOOSTING INCLUSIVE GROWTH FOR ZANZIBAR (BIG-Z)

Loan No: IDA – 69140 -TZ

Assignment Title: Completion of Feasibility Study, Detailed Engineering Designs and Preparation of Bidding Documents for Integrated Mobility Program for Zanzibar Metropolitan Center

Reference No: TZ-POFP-249026-CS-0CBS

This request for expression of interest follows the General Procurement Notice for the Boosting Inclusive Growth for Zanzibar Project (BIG-Z) that appeared in the UN Development Business Online No. WB-P811333—8 of 27-08-2071 The United Republic of Tanzania has received financing from the World Bank toward the cost of the Boosting

Inclusive Growth for Zanzibar Project (BIG-Z} and intends to apply part of the proceeds for consulting services.

The Consultancy Services (“the Services”) includes: Seek to improve Alternative 1 and integrate it with STMMP proposed interventions with a complete understanding of the study area; Identify gaps and carry out missing work and studies to ensure sufficient quality of the improved Alternative 1 and its related interventions;

Complete a Feasibility Study for improved Alternative 1 and related interventions, consolidating and linking the improved MAIRP’s Alternative 1 and STMMP proposed interventions; Prepare the detailed engineering design, detailed drawings, relevant cost estimates including operation and maintenance cost, technical specifications, and Bills of Quantities for all work items covering MAIRP’s improved Alternative 1 and STMMP related interventions as well as the necessary documents for procurement including packaging, bidding documents, and implementation schedules; and Supervise the construction works of the above-mentioned interventions. The assignment shall be for period of 44 months (14 months for feasibility study and design completion, 18 months’ construction supervision and 12 months for defect liability period). Construction supervision shall be signed based on the satisfactory performance of design phase.

The detailed Terms of Reference (TOR) for the assignment can be found upon request to the following email: [email protected]

The Principal Secretary, President’s Office Finance and Planning now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The shortlisting criteria are

A: Core business and 10 years in business.

B: Relevant similar experience as specified below

a) Relevant experience is required in developing countries.

b) The firm(s) shall also be capable of documenting adequately their know-how and experience in the implementation of at least 2 similar contracts successfully completed within the last 10 years.

Information to be provided should include name of assignment, name and full contact address of the client, contract value (in equivalent US dollars) and period (dates) of execution of assignment.

c) The consulting firm(s) to undertake this assignment shall have a minimum of 10 years of experience in the urban development sector with a specialization in mobility, heritage conservation and management, urban infrastructure, and urban planning and design, with a solid background in civil works design (transport, roads, utilities and drainage. in particular,) and contract management.

d) The firm(s) shall be capable of demonstrating at least 10 years of experience in urban planning/redevelopment projects, sustainable mobility, and urban and landscape design interventions with a socially and culturally conscious design of successful public spaces and place making in historic areas.

e) The firm(s) shall be capable of demonstrating relevant planning experience in heritage and high-cultural value contexts. The firm/s shall also have experience in managing UNESCO standards in HUL (36 C in Resolution 41) aimed at integrating conservation and management of cultural heritage in cities and settlements with policies and practices for sustainable urban development. Expertise in this field implies the application of a range of traditional and innovative tools recommended by UNESCO and adapted to local contexts like civic engagement tools, knowledge and planning tools, regulatory systems, and financial tools.

C: Technical and managerial capability of the firm (Provide only the structure of the organization, general qualifications, and number of key staff). Do not provide CV of the key staff. Key Experts will not be evaluated at the shortlisting stage.

The attention of interested consultants is drawn to section Ill, paragraph 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” Fourth Edition, November 2020 (“Procurement Regulations’), setting forth the World Bank’s Policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. Therefore, each member of JV shall independently meet the requirements of the evaluation criteria.

A Consultant will be selected in accordance with the Quality and Cost Based Selection(QCBS) method set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours i.e. 07.30 am to 03.30 pm EA excluding public holidays.

Expressions of Interest must be delivered in a written form to the address below (in person or by mail) by 4th August 2022. The firms that will submit their REO! via e-mail must get confirmation of the receipt of their documents from the Project Coordinator, BIG – Z Project. In case the firm does not receive acknowledgement within two days after sending the documents via email they should call +255 776 979979 follow-ups.

The address referred above is:

President’s Office Finance and Planning

Attn: Project Coordinator, BIG -Z Project

P.0.BOX 874

First Floor, Sea View-Wing, Vuga Street

Zanzibar – Tanzania

Email: [email protected]

The Principal Secretary, President’s Office Finance and Planning

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related