DAWASA

Invitation for Tender Dar es Salaam Water and Sewerage Authority

WhatsApp
Twitter
Email
LinkedIn
Instagram

THE UNITED REPUBLIC OF TANZANIA 

MINISTRY OF WATER

DAR ES SALAAM WATER AND SEWERAGE AUTHORITY (DAWASA)

 Invitation for Prequalification

Country: Tanzania

Name of Project: Second Water Sector Support Project

Contract Title: Dar es Salaam Water Loss Reduction Performance Based Contract (PBC)

Sector: Water

Loan No.: IDA/59490, IDA/59500

Prequalification Reference No.: TZ-DAWASA-91667-CW-RFB

1 The Government of the United Republic of Tanzania has received a credit from the International Development Association (IDA) toward the cost of the Second Water Sector Support Project, and it intends to apply part of the proceeds of this credit to payments under the contract for Dar es Salaam Water. Loss Reduction Performance Based Contract (PBC).

2 The Dar es Salaam Water and Sewerage Authority (DAWASA) intends to prequalify contractors/ firms for an array of activities needed to reduce and, thereafter, maintain Water Loss levels, including activities related to the management and periodic evaluation of District Metered Area (DMA) data. It further includes design and construction of Operational Areas (OAS), District Metered Zones (DMZs), and District Metered Areas (DMA) establishment works that form the basis for performance-based Water Loss reduction, system expansion works that might become necessary because of new customers applying for connections as well as a provision for emergency works and unforeseen works.

3 The elements of the contract include an array of activities needed to reduce and, thereafter, maintain water loss levels, including many activities related to the management and periodic evaluation of District Metered Area (DMA) data. It includes design and construction of Operational Areas (OAs, District Metered Zones), design and construction of DMA Establishment Works that form the basis for performance-based water loss reduction, and performance-based maintenance, as well as a provision for Emergency Works and Unforeseen Works. The phases of the Performance Based Contract are:

Phase I: The establishment of 10 Operational Areas and 4-6 District Metered Areas (DMAS) within one operational area (approximately 17,000 connections);

Phase II A: Works and activities carried out under an BOQ-based admeasurement contract to reduce Water Losses in an initial batch of DMAs (approximately 30 percent of the total no of connections) to achieve the required performance standard (maximum leakage amount at defined minimum network pressures), with the intention to learn about the cost and efficacy of different interventions;

Phase II B: Works and activities to reduce Water Losses in the remaining DMAs to achieve the required performance standard, [to be agreed by the Parties at the end of Phase II A] (Continuing Service Levels).

against a performance-based lumpsum payment to be agreed following

Phase II A using unit prices set out in the BOQ; and

Phase III: Activities to maintain the level of Water Losses at the Continuing Service Levels, following certification that Phase II has reached the relevant Service Level. Transfer of knowledge and equipment to the Utility.

4. The fee for Phase II B works to reduce water loss in the remaining DMAs, based on an overall water loss reduction target, or a maximum final level of water loss at prescribed pressures, will be a lump sum fee, based on the unit costs in the initial BOQ in the contract, and quantities to be agreed by the parties at the end of Phase

5. The evaluation criteria to be used for the selection of substantially responsive bidders are:

6. Eligibility, Historical Contract Non-Performance, Financial Situation and Performance, General and Relevant Experience and Key Personnel are the key criteria for Prequalification.

The applicant must have:

·         Successful experience as consultant, operator or contractor in engineering services related to water supply distribution network in the last 10 (ten) years before this bidding process in a city with a population of at least 750,000 or in two cities with a combined population of at least 1,200,000 and that has been executed during a minimum period of 3 (three) years.

·         Experience as operator or contractor in the design and implementation of programs related to physical and commercial losses reduction in water supply distribution networks in the last 10 (ten) years before this bidding process in one city of at least 75,000 water supply connections or in two cities in similar water supply conditions to the project location with a combined number of at least 100,000 water supply connections, which have allowed to maintain the physical and commercial losses below 25% or have allowed to reduce the volume of physical losses by at least 40% of the initial volume of physical losses.

·         Experience as a contractor for the construction and rehabilitation of water supply distribution system in the last 5 (five) years with an average annual turnover of USD 8 million calculated based on the total of the certified payments received for contracts successfully completed. \

·         Experience as an operator or O&M contractor of a water supply distribution network in similar water supply conditions to the project location in the last 10 (ten) years prior to this bidding process in one city with at least 2,000 km of water supply pipes or in two cities with a combined number of at least 2,400 km of water supply pipes, for a minimum duration of 5 (five) years and which has resulted in maintenance or substantial improvement of the quality of water supply service in terms of service continuity.

It is expected that invitations to bid will be made in January, 2020.

7. Pre-qualification will be conducted through the procedures as specified in the World Bank’s Procurement Regulations for IPF Borrowers (Procurement Regulations) dated July 2016 and revised in November 2017 and August 2018, and is open to all eligible Applicants as defined in the Procurement Regulations.

8. Interested eligible Applicants may obtain further information from and inspect the pre-qualification document at the office of the Secretary, DAWASA Tender Board, Room No. 21, Block A, located at DAWASA Offices, Mwananyamala opposite Mwananyamala Hospital, PO. Box 1573 Dar es Salaam, from 8.00 am to 4.00 pm on  Mondays to Fridays inclusive, except public holidays. A complete set of the prequalification document in English may be purchased by interested Applicants on submission of a written application to the address below and upon payment of a nonrefundable fee of Tanzanian Shillings Two Hundred Thousand (TZS 200,000) or its equivalent in freely convertible currency. The method of payment will be by Banker’s Cheque, Bankers Drati or direct deposit or telegraphic transfer made to; Name of Bank: CRDB BANK; Account Name: DAWASA; Account Number: 01.11021921900; SWIFT code: CORUTZ TZ. Pay in slip should be submitted to be able to collect the pre-qualification document, from the Secretary; DAWASA Tender Board; DAWASA Building; Dunga/Malanga street, Opposite Mwananyamala Hospital; Dar es Salaam. The pre-qualification document may also be delivered to interested applicants as a digital version through e-mail upon payment of the aforementioned fee.

9. Applications for pre-qualification should be submitted in sealed envelopes, delivered in person or by courier services to the following address: The Secretary; DAWASA Tender Board; Dar es Salaam Water and Sewerage Authority (DAWASA), Dunga/ Malanga street opposite Mwananyamala Hospital; room number 21 DAWASA Offices at or before 1400 hrs East African time by Tuesday 10th December, 2019, and be clearly marked “Application to Pre-qualify for the Dar es Salaam Water Loss Reduction Performance Based Contract (PBC); Contract Number: TZ-DAWASA-91667-CW-RFB.”

Chief Executive Officer,
Dar es Salaam Water and Sewerage Authority (DAWASA),
Dunga/Malanga Street (Opp. Mwananyamala Hospital),
P.O. Box 1573, Dar es Salaam.
Tel: +255 22 2762479, Fax: +255 22 2762480,

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related