Tanzania Cities Transforming Infrastructure & Competitiveness Project (Танзания - Тендер #45489582) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Танзания (другие тендеры и закупки Танзания) Организатор тендера: The World Bank Номер конкурса: 45489582 Дата публикации: 28-08-2023 Источник тендера: Тендеры всемирного банка |
||
P171189
Tanzania Cities Transforming Infrastructure & Competitiveness Project
Tanzania
OP00244272
Request for Expression of Interest
Published
TZ-PO-RALG-356716-CS-QCBS
Quality And Cost-Based Selection
English
Sep 20, 2023 10:00
Aug 27, 2023
President"s Office - Regional Administration and Local Government
Humphrey N. Kanyenye
P. O. Box 3021, 2 Magogoni Street, 11410 Dar es Salaam, Tanzania.
Tanzania
Tanzania
+255 745 810140
www.pmo.go.tz
THE UNITED REPUBLIC OF TANZANIA
PRESIDENT’S OFFICE REGIONAL ADMINISTRATION AND LOCAL GOVERNMENT
TENDER NO. ME/022/2022-23/HQ/C/01
FOR
PROVISION OF CONSULTANCY SERVICES FOR TECHNICAL SUPPORT TO PO-RALG AND PARTICIPATING LGAs IN IMPLEMENTATION OF PROJECT ACTIVITIES
TANZANIA CITIES TRANSFORMING INFRASTRUCTURE AND COMPETITIVENESS (TACTIC) PROJECT
IDA CREDIT NO. 7151-TZ
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
1. This request for expressions of interest follows the General Procurement Notice for the Tanzania Cities Transforming Infrastructure and Competitiveness Project (TACTIC) that appeared in the United Nations Development Business (UNDB) online Notice No. OP002155544 of February 21, 2023.
2. The Government of the United Republic of Tanzania has received a credit from the International Development Association (IDA) towards the cost of Tanzania Cities Transforming Infrastructure and Competitiveness Project (TACTIC), coordinated by the President’s Office, Regional Administration and Local Government (PO-RALG) through a Project Coordination Team (PCT) under the Tanzania Rural and Urban Roads Agency (TARURA). It is intended that part of the proceeds of the credit will be used to cover eligible payments under the contract for the Provision of Consultancy Services for Technical Support to PO-RALG and Participating LGAs In Implementation of Project Activities.
3. The Project Development Objective (PDO) is to strengthen urban management performance and deliver improved basic infrastructure and services in participating urban Local Government Authorities. This would be achieved through the rehabilitation and expansion of urban infrastructure and institutional strengthening activities aimed at improving the fiscal and management capacities of the participating LGAs. The project targets 45 urban LGAs spread geographically across all regions of Tanzania, divided into three tiers based on population and growth rate.
The LGAs include Tier 1 – Arusha, Dodoma, Tabora, Kigoma Ujiji, Mwanza, Ilemela Geita, Kahama, Morogoro, Songea, Mbeya and Sumbawanga; Tier 2 – Tanga, Korogwe, Moshi, Babati, Singida, Shinyanga, Bukoba, Musoma, Bariadi, Kibaha, Lindi, Mtwara Mikindani, Mpanda, Njombe and Iringa; Tier 3 – Kasulu, Nzega, Chato, Tarime, Bunda, Mbulu, Kondoa, Handeni, Bagamoyo, Ifakara, Mafinga, Mbinga, Tunduma, Vwawa, Makambako, Masasi, Nanyamba and Newala.
4. The overall objective of the consultancy services is to; (i) carry out sub-project monitoring of project activities; (ii) provide participating LGAs and PO-RALG with technical support to ensure contractors’ compliance with quality of construction, technical specifications, design requirements, traffic plans and safety, and maintenance plans under the sub-projects; (iii) support the PCT in various feasibility study and design phases especially with regard to Tiers 2 and 3 including design reviews during implementation of phased sub-projects under all Tiers including checking/review of detailed designs, cost estimates, bidding documents, and other contract documentation prepared by others and (iv) ensure the Selected Participating LGAs and their contractors" adherence to/compliance with statutory/regulatory requirements, the Environmental and Social Safeguards (ESSs) and the implementation of the Environmental and Social Commitment Plan (ESCP).
5. The Consultant’s team will provide implementation support, capacity development, and awareness building to achieve the aims and objectives outlined earlier. Specifically, the Consultant will; (i) provide technical support to ensure that project implementation will fully comply with all World Bank policy and operational requirements (ii) advise on the coordination of activities between all project(s) components to ensure consistency and common reporting formats and assist the PCT and the PITs in preparation of regular reports to GoT and the World Bank where necessary; (iii) design and conduct capacity strengthening programs for respective PITs staff; (iv) carry out regular sub-project monitoring (including environmental and social safeguards compliance monitoring) as required by GoT and World Bank; (v) advise on content, drafting of TORs and the selection process for the various institutional studies to be carried out under the TACTIC Project; vi) develop and deliver trainings to staff of the PCT, PITs and relevant LGA departments as necessary, (vii) prepare technical assistance quarterly reports summarizing services provided during past reporting period (quarter/year), challenges and recommended solutions, and outlining technical assistance planned for upcoming quarter, and tracking monitoring/evaluation metrics according to the methodology stipulated in the Operation & Maintenance Framework and (viii) support PCT and PITs in reviews of the designs from the design stages and throughout the implementation in all 3 Tiers.
6. The detailed Terms of Reference (TOR) can be found at the following website: https://www.tamisemi.go.tz. All requests for clarification should be sent through the following e-mail addresses: cities.project@tamisemi.go.tz or cities.project@yahoo.com, and the Client will send responses to clarifications through the same e-mail addresses.
7. The Permanent Secretary, PO-RALG, now invites eligible consulting firms to indicate their interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services. The interested consultant should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The short-listing criteria are: (a) Type of core business and at least 10 years in relevant business; (b) Relevant similar experience, which should specifically include the following: (i) Experience in similar assignments - information to be provided should include the name of the assignments, the names and full contact addresses of the clients, the contract value (in equivalent US dollars), the period (dates) of execution of the assignments, and the role played in the assignments (Lead or JV partner); (ii) Demonstration of experience working in similar conditions; and (c) The firm"s technical and managerial capability (provide only the organizational structure, and the general qualifications, field of expertise and number of key personnel). Do not provide the CVs of the staff. Experts will not be evaluated at the shortlisting stage.
Consultants may associate with other firms to enhance their qualifications, but they should indicate clearly whether the association is in the form of a Joint Venture (JV) and/or a Sub-Consultant. 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 the JV shall independently meet the requirements of the evaluation criteria. The experience, technical, & managerial capability of the sub-consultant shall not be evaluated to enhance the qualification of the Lead Firm or JV. Consultants shall not use the Affiliate Member"s Managerial, Technical, or Experience Capabilities to enhance their qualifications.
8. The attention of interested Consultants is drawn to Section III, paragraphs 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.
9. A consulting firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
10. Expression of Interest marked: “EXPRESSION OF INTEREST FOR THE PROVISION OF CONSULTANCY SERVICES FOR TECHNICAL SUPPORT TO PO-RALG AND PARTICIPATING LGAs IN IMPLEMENTATION OF PROJECT ACTIVITIES” should be delivered in a written form to the Secretary, Ministerial Tender Board, President’s Office, Regional Administration and Local Government (PO-RALG), CDA Road, Sokoine House, Wing A, Second Floor, Office of the Procurement Management Unit (PMU), Room No. 133, P.O. Box 1923, 41185 Dodoma, Tanzania (in person, or by mail, or by e-mail) on or before Wednesday September 20, 2023 at 10:00 hours local time.
PERMANENT SECRETARY
PRESIDENT’S OFFICE
REGIONAL ADMINISTRATION AND LOCAL GOVERNMENT,
Government City, Mtumba,
P.O. Box 1923, 41185 Dodoma, Tanzania
Tel: 026-2321607/ 2322853/ 2322848
Fax: 026-2322116/2322146
E-Mail: cities.project@tamisemi.go.tz; cities.project@yahoo.com