THE PROVISION OF CONSTRUCTION SUPERVISION CONSULTANCY SERVICES FOR TERRACES IN FLOOD DETENTION AREA AND RIVERBANK PROTECTIONWORKS UNDER THE MSIMBAZI BASIN DEVELOPMENT PROJECT

WhatsApp
Twitter
Email
LinkedIn
Instagram

THE UNITED REPUBLIC OF TANZANIA
PRESIDENT’S OFFICE
REGIONAL ADMINISTRATION AND LOCAL GOVERNMENT
DAR ES SALAAM CITY COUNCIL

MSIMBAZI BASIN DEVELOPMENT PROJECT (MBDP)
IDA CREDIT NO. 7215-TZ

TENDER NO. TR201/CCP/P155759/2023/2024/C/01
FOR
THE PROVISION OF CONSTRUCTION SUPERVISION CONSULTANCY SERVICES
FOR TERRACES IN FLOOD DETENTION AREA AND RIVERBANK PROTECTION
WORKS UNDER THE MSIMBAZI BASIN DEVELOPMENT PROJECT

REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)

  1. This request for expressions of interest follows the General Procurement Notice for the
    Msimbazi Basin Development Project (MBDP) that appeared in the United Nations Development Business (UNDB) online Notice No. OP00221060 of March 29, 2023.
  2. The Government of the United Republic of Tanzania has received a credit from the
    International Development Association (IDA) towards the cost of Msimbazi Basin Development Project (MBDP), 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 Construction Supervision Consultancy Services for Terraces in Flood Detention Area and Riverbank Protection Works under the Msimbazi Basin Development Project.
  3. The overall objective of the assignment is to supervise and manage Construction Works for
    Terraces in Flood Detention Area and Riverbank Protection in the lower Msimbazi River Basin.
  4. The specific objectives of the assignment include; (i) Carrying out design review and prepare design review report and revised set of contract documents for construction; (ii) Carrying out any required redesign and design of any new additional scope in relation to this assignment; (iii) Acting as Project Manager for the supervision of construction contract for earthworks and riverbank protections; (iv) Supervising ESMP implementation and ensuring compliance with Occupational Health and Safety (OHS) measures; (v) Preparing substantial completion certificates and review/validate as-built drawings; (vi) Monitoring Defects Liability Period (DLP); (vii) Overseeing contract completion and handover; (viii); Knowledge transfer to strengthen engineering and technical capacity of the Dar es Salaam City Council (DCC) Project Implementation Team (PIT), and PORALG Project Coordination Team (PCT); (ix) Reviewing and developing O&M manuals to reflect the updated features during the
    implementation; and (x) Any other tasks assigned by the Client in relation to this assignment.
  5. The consultant will be responsible for, but not be limited to the following tasks: (a) Contract documents review and redesign; (b) General supervision of works; (c) Environmental and social implementation and monitoring; (d) Quality management system; (e) Occupational Health and Safety supervision and (f) Transfer of knowledge (training) program.
  6. The detailed Terms of Reference (TOR) can be found at the following website:
    https://www.dcc.go.tz. All requests for clarification should be sent through the following email addresses: [email protected] and [email protected] , and the Client will send responses to clarifications through the same e-mail addresses.
  7. The City Director, Dar City Council (DCC), 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 (month/year) 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 (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 SubConsultant. 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.

  1. 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”, Fifth Edition, September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
  2. A consulting firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
  3. Expression of Interest marked: “EXPRESSION OF INTEREST FOR THE PROVISION OF CONSTRUCTION SUPERVISION CONSULTANCY SERVICES FOR TERRACES IN FLOOD DETENTION AREA AND RIVERBANK PROTECTION WORKS UNDER THE MSIMBAZI BASIN DEVELOPMENT PROJECT” should be delivered in a written form to the Secretary, City Tender Board, Dar es Salaam City Council, Office of the Procurement Management Unit (PMU), 1 Morogoro Road, P.O. Box 20950, 11882 Dar es Salaam, Tanzania (in person, or by mail, or by e-mail) on or before Monday November 4, 2024 at 10:00 hours local time.

CITY DIRECTOR,
DAR ES SALAAM CITY COUNCIL,
1 Morogoro Road, P.O. Box 20950,
11882 Dar es Salaam, Tanzania
Telephone: +255 738 378 386
Fax: +255 2128800
E-Mail Address: [email protected] and [email protected]

WhatsApp
Twitter
Email
LinkedIn
Instagram