TANROADS

UPGRADING OF MNIVATA – NEWALA – MASASI ROAD (160 KM) TO BITUMEN STANDARD: LOT 1: MNIVATA – MITESA SECTION (100 KM) AND LOT 2: MITESA – MASASI SECTION (60KM) INCLUDING CONSTRUCTION OF MWITI BRIDGE

WhatsApp
Twitter
Email
LinkedIn
Instagram

IFB Number: TENDER NO. AE/001/2021-22/HQ/W/19

Employer: TANZANIA NATIONAL ROADS AGENCY

Project: MINIVATA NEWALA MASASI ROAD (160 KM) UPGRADING PROJECT

Contract title: UPGRADING OF MNIVATA – NEWALA – MASASI ROAD (160 KM) TO BITUMEN STANDARD: LOT 1: MNIVATA – MITESA SECTION (100 KM) AND LOT 2: MITESA – MASASI SECTION (60KM) INCLUDING CONSTRUCTION OF MWITI BRIDGE

Country: TANZANIA

Loan No. / Grant No.: N/A

Procurement Method: OPEN COMPETITIVE BIDDING (INTERNATIONAL) (OCBI)

OCBI/LCB No: TENDER NO. AE/001/2021-22/HQ/W/19

Issued on: July 2022

1. This Invitation for Bids follows the General Procurement Notice (GPN) for this project that appeared in UNDB online dated 26″ October 2021 and on the African Development Bank Group’s Internet Website.

2. The Government of Tanzania (GoT) has received a credit for financing from the African Development Fund (ADF), African Development Bank (AfDB) and Africa Growing Together Fund (AGTF) hereinafter called the Bank toward the cost of Mnivata-Newala -Masasi Road (160 km) Upgrading Project and intends to apply part of the proceeds toward payments under the contracts: Upgrading of Mnivata — Newala – Masasi Road (160 Km) to Bitumen Standard: Lot 1: Mnivata — Mitesa Section (100 Km) and Lot 2: Mitesa — Masasi Section (60km) including Construction of Mwiti Bridge, Tender No. AE/001/2021-22/HQ)W/19.

3. Tanzania National Roads Agency (TANROADS) on behalf of Ministry of Works and Transport now invites sealed Bids from eligible Bidders for Upgrading of Mnivata — Newala – Masasi Road (160 Km) to Bitumen Standard: Lot 1: Mnivata — Mitesa Section (100 Km) and Lot 2: Mitesa — Masasi Section (60km) including Construction of Mwiti Bridge, Tender No. AE/001/2021-22/HQ/W/19. Bidders may Bid for one or two lots as further defined in the bidding documents.

The Works consist of upgrading of 160 Km of the existing gravel toad to paved standard and construction of box culverts, pipe culverts and other ancillary works. The estimated quantities for major works items are:

4. Bidders should note that to qualify for award of the contract(s), are required to meet certain minimum qualifying criteria as stipulated in Section Ill: Evaluation and Qualification Criteria. It should be noted

that Bidders must be able to demonstrate that, in the capacity as a prime contractor, JV member, sub-contractor, or management contractor, they should have successfully completed at least three (3) toad projects of at least US$ 50,000,000 of similar nature within the last ten (10) years for Lot 1. Similarly, for Lot 2; they should have successfully completed at least three (3) road projects of at least US$ 40,000,000 of similar nature within the last ten (10) years.

5. Bidders wishing to be considered for award of two Contracts should have successfully completed at least four (4) road projects of at least US$ 80,000,000 of similar nature within the last five (5) years. Bidders are required to provide full and detailed particulars of their financial capability to perform such works and to demonstrate that they have experienced key personnel with appropriate qualifications.

6. Bidders should also note that the Works must be completed within 36 months that includes three (3) months mobilization period for Lot 1 and 30 months that includes three (3) months mobilization period for Lot 2, and that they are required to provide detailed particulars of ail items of equipment and plants that they deem necessary to deploy for the timely completion of the works.

7. Bidding will be conducted through the Open Competitive Bidding (International), OCBI procedures as specified in the African Development Bank’s Procurement Policy for Bank Group Funded Operations, dated October 2015, which are available on the Bank’s website at http//www.afdb.org and is open to all eligible Bidders as defined in the Procurement Framework.

8. Interested eligible Bidders may obtain further information from and inspect the Bidding documents at the office of the Secretary of the Tender Board, TANROADS Headquarters, Building adjacent to Julius Nyerere International Convention Centre, 10 Shaaban Robert Road/Garden Avenue, 2″ Floor, P. O. Box 11364, Dar es Salaam, Tanzania, Telephone: +255 22 292 6001/6 Fax No. +25522 2926011 between 08:00 hours and 16:30 hours on Mondays to Fridays inclusive, except on public holidays.

9. The Bidding document 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 non-refundable fee of TZS 700,000 or in a convertible currency which has to be paid with reference to Government’s e-Payment Gateway System (GePG) Control Number to be issued by the Accounts Section at TANROADS Headquarters. For eligible Bidders interested to participate in the bidding process of only one Lot, shall purchase bidding documents upon payment of non-refundable fee of TZS 350,000 payable as described above. Bidders can collect the bidding documents between 08:00 hours to 16:30 hours from Monday to Friday inclusive, except on public holidays at the Employer’s Head office in Dar es Salaam. Documents will not be dispatched by courier service.

The Secretary,

 TANROADS Headquarters Tender Board,

Building adjacent to Julius Nyerere International Convention Centre,

10 Shaaban Robert Road/Garden Avenue,

2″ Floor, Room 44,

P. O. Box 11364,

Dar es Salaam, Tanzania

Email: [email protected]

10. A combined site visit and pre-bid meeting will be held on 25″ July, 2022 at 09:00 hours local time at the offices of the Regional Manager, TANROADS, Mtwara Region. The visit will commence at the Regional Manager’s Office.

11.Bids must be delivered to the address in paragraph 9 above on 7″ September 2022 at 10:00 hours. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and any- one who chooses to attend at the address in paragraph 8 above.

12. All Bids must be accompanied by a Bid Security of TZ S 3,000,000,000 for Lot 1 and TZS 2,000,000,000 for Lot 2. Bidders may submit its equivalent amount in a free convertible currency.

THE CHIEF EXECUTIVE

TANZANIA NATIONAL ROAD AGENCY

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related