UTUMISHI

Request for Bids Small Works

WhatsApp
Twitter
Email
LinkedIn
Instagram

Country: United Republic of Tanzania
Name of Project: Higher Education Economic for Transformation Project (HEET)
Contract Title: Construction of Buildings at Ardhi University-Main Campus
Loan No Credit No./ Grant No.: IDA-68870-TZ
RFB Reference No.: PA/014/WB-HEET-PI66415/306289/22-23/W/01

  1. This request for Bid follows the General Procurement Notice for this Project that appeared in
    United Nations Development Business (UNDB) Issue No. WB-OP0015674 of 28.11.2021.
  2. The Government of United Republic of Tanzania has received financing from the World Bank
    toward the cost of the Higher Education for Economic Transformation (EET) Project through the Ministry of Education Science and Technology (MOEST) and intends to apply part of the proceeds toward payments under the contract for Construction of Buildings at Block “L” Plot No. 3 at Ardhi University.
  3. The Ardhi University (ARU) now invites sealed Bids from eligible Bidders for Building
    Contractors Class One for Construction and Completion of Two buildings in each Lots.
    Lot 1: Studio Building and Multipurpose Laboratory Buildings (“the Works”) at Ardhi University Main Campus. The works must be completed within eighteen (18) months and Lot 2: Construction of Workshops for Priority Degrees and Multipurpose Classrooms Buildings (“the Works”) at Ardhi University Main Campus. The works must be completed within eighteen (18) months.
  1. Bidders have the option to Bid for any one or more lots. Bids will be evaluated lot-wise, taking
    into account discounts offered, if any, for combined lots. The contract(s) will be awarded to the Bidder or Bidders offering the lowest evaluated cost to the Employer for combined lots, subject to the selected Bidder(s) meeting the required qualification criteria for lot or combination of lots as the case may be.
  2. Bidding will be conducted through National Competitive Procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” [November, 2020, Fourth Edition] (“Procurement Regulations”), and is open to all Bidders as defined in the Procurement Regulations.
  3. Qualifications requirements for the works include experience as a prime contractor in the
    construction of at least one (1) work of similar nature and complexity in the last five (5) years with a value of USD 6.8 million for Lot 1 and USD 5.9 million for Lot 2 or its equivalent per lot; (ii) Average Annual Turnover calculated as total certified payments received for contracts in progress or completed, within the last five (5) years of USD 6.8 million for Lot 1 and USD 5.9 million for Lot 2 or its equivalent per lot; (iii) minimum amount of liquid assets and/or credit facilities net of other contractual commitments of USD 1.2 million for Lot 1 and USD 1.0 million for Lot 2 or its equivalent per lot. Regarding Award Criteria for Multiple lots, the Employer will aggregate minimum requirements for respective Lots/packages as specified under items 3.1, 3.2, 4.2(a) and
    4.2(b) of Section III (Evaluation and Qualification Criteria). However, with respect to the specific
    experience under item 4.2 (a) of Section III – Multiple Contracts option ii shall apply. With regard to Key Personnel and Equipment, to be awarded multiple lots, the bidder must present separate sets of equipment and separate teams for each lot/package. Further details and complete qualification requirements are provided in the Bidding Documents.
  4. Interested eligible Bidders may obtain further information from Secretary Tender Board, Ardhi
    University, and attention: Procurement Specialist-HEET Project during office hours Administration Block, 3rd Floor, Room No.304 at 0900 to 1500 hours at the address given below.
  5. A complete set of bidding Document(s) in English language and additional sets may be obtained by interested Tenderers online through TANePS system www.taneps.go.tz.
  6. Replies to clarifications requested by bidders will not be emailed directly to bidders. All
    responses to clarifications will be posted in the above link on TANEPS system and bidders are
    solely responsible for monitoring the system during the bidding process for all
    clarifications/amendments with respect to this IFB.
  7. The site visit and Pre-Bid meeting shall take place at Ardhi University -Main Campus Council
    Chamber on Friday 17th March, 2023 at 10:00 Hours.
  8. All bids should be submitted online through TANCPS at or before 10:30 Local Hours, Tuesday
    11th April, 2023. Tender will be opened promptly thereafter online. The tenderer will receive the notification of the tender opening results through their TANEPS Account. Bids not submitted online through TANCPS shall not be accepted for evaluation irrespective of the circumstances
  9. The site visit and Pre-Bid meeting shall take place at Ardhi University -Main Campus Council
    Chamber on Friday 17th March, 2023 at 10:00 Hours.
  10. All bids should be submitted online through TANCPS at or before 10:30 Local Hours, Tuesday
    11th April, 2023. Tender will be opened promptly thereafter online. The tenderer will receive the notification of the tender opening results through their TANEPS Account. Bids not submitted online through TANCPS shall not be accepted for evaluation irrespective of the circumstances
  11. All Bids must be accompanied by a “Bid Security” in the form of “Unconditional Bank
    Guarantee” amounting to TZS 300,000,000 (Tanzanian Shillings Three Hundred Million Only) or
    its equivalent for Lot 1 and TZS 250,000,000 (Tanzanian Shillings Two Hundred Fifty Million
    Only) or its equivalent for Lot 2 from a reputable commercial bank or an irrevocable letter of credit issued by a commercial bank or Banker’s Cheque issued by a commercial bank. The Bid Security shall be clearly addressed to the Vice Chancellor and shall be valid for twenty-eight (28) calendar days beyond the bid validity period. i.c. 148 calendar days after the bid’s submission deadline.
  12. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose
    information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
  13. The address (es) referred to above is, Administration Block, 3rd Floor, Room No.304, Secretary
    ARU Tender Board, Box 35176, Dar es salaam, Tanzania, Telephone No. +255 738357325, Email
    address: [email protected] , Web site address: www.aru.ac.tz .

VICE CHANCELLOR
ARDHI UNIVERSITY

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related