Country: Tanzania
Name of Project: Tanzania Roads to Inclusion and Socioeconomic
Opportunities (RISE) Project
Credit No.: IDA-68670 – TZ
Assignment Title: Provision of Consultancy Services for Project Management and Capacity
Building for the Roads to Inclusion and Socioeconomic Opportunities (RISE) Project
Reference No. AE.092/WB-RISE-P164920/336180/2022/23/C/07
This request for expression of interest follows the General Procurement Notice for this Project that appeared in the United Nations Development Business (UNDB) No. WB-P890351-12/21 of 14th December 2021.
The Government of the United Republic of Tanzania through Tanzania Rural and Urban Roads Agency (TARURA) and Tanzania National Roads Agency (TANROADS) has received a credit from the International Development Association (IDA) towards the cost of Roads to Inclusion and Social Economic Opportunities (RISE). It is intended that part of the proceeds of the credit will be used to cover eligible payments under the contracts for Consultancy services.
The consulting services (“the Services”) intent is to carry out the Consultancy Services for Project Management and Capacity Building for the Roads to Inclusion and Socioeconomic Opportunities (RISE) Project. The objective of this assignment is to provide technical support on project management for implementation of RISE Project Components and building capacity to PIU and TARURA Staff under the Roads to Inclusion and Social Economic Opportunities (RISE) Project.
The detailed Terms of Reference (TOR) is attached to this request for Expression of Interest and is also available at TARURA’s website www.tarura.go.tz All requests for clarification should be sent through office email [email protected] and the Client will respond to the requested clarifications. The Consultants would be responsible for ensuring that any addenda available on the website is also downloaded and incorporated.
The Chief Executive TARURA, now invites eligible consulting firms (“Consultantsito indicate their interest in providing the above services. Interested consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:
- Core business and 10 years in business.
- Relevant similar experience, which should specifically include the below:
i. Experience of at least two (2) similar assignments completed in the past 10 years. Information to be provided should include name of assignment, name and full contact address of the client, contract value (in equivalent US dollars)and period (dates)of execution of assignment and the role played in the assignment (Lead or JV partner)
C. Technical and Managerial Capability of the firm (Provide only the structure of the organization, general qualifications and number of key staff). Do not provide CV of the staff. Experts will not be evaluated at the shortlisting stage).
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.
Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. 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 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.
A Consultant will be selected in accordance with the Quality and Cost Based Selection (OCBS) method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours from 08.00 to 17.00 hours Local time Monday to Friday except public holidays.
Expressions of interest must be delivered in a written form to the address below in person, or by e-mail [email protected] by 31st July, 202314:30 Hours East African Time. The firms that will submit their E01 via e-mail must get confirmation of the receipt of their documents. In case the firm does not receive acknowledgement within two days of after sending the documents via email they should call +255759348494 or for follow-up.
Further information can be obtained at the address below during office hours from 08.00 to 17.00 hours Local time Monday to Friday except public holidays.
Expressions of interest must be delivered in a written form to the address below in person, or by e-mail [email protected] by 31st July, 202314:30 Hours East African Time. The firms that will submit their E01 via e-mail must get confirmation of the receipt of their documents. In case the firm does not receive acknowledgement within two days of after sending the documents via email they should call +255759348494 or for follow-up.
The address referred above is:
The Secretary, TARURA HO Tender Board
Street Address: titaa wa Kazi 41207 Mtumba,
Building: TARURA House
Address: P.O. Box 11042, Dodoma, Tanzania.
Floor/ Room number: Ground Floor/PMU Office
City/Town: titumba Government City Area
Country: United Republic of Tanzania
Telephone: +255759348494 or +255673557028
Electronic mail address: [email protected]
CHIEF EXECUTIVE
TANZANIA RURAL AND URBAN ROADS AGENCY,
P.O. Box 11042, Dodoma.