World Bank HQ

Boosting Inclusive Growth for Zanzibar: Integrated Development Project: Consultancy services for construction supervision and design review of drainage civil works, lighting, open space and market (3 Packages - Sebleni -Kwa Wazee, Meya Magomeni and Tomondo)

Last update: Sep 22, 2023 Last update: Sep 22, 2023

Details

Location:Tanzania
Tanzania
Category:Consulting services
Status:Awarded
Sectors:Civil Engineering
Languages:English
Funding Agency:
Contracting authority type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted: Sep 30, 2022

Attachments 1

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 1

Status

Date

Description

Project ID: P165128

Project Title: Boosting Inclusive Growth for Zanzibar: Integrated Development Project

Borrower Bid Reference: TZ-POFP-274871-CS-QCBS

THE REVOLUTIONARY GOVERNMENT OF ZANZIBAR

 PRESIDENT’S OFFICE FINANCE AND PLANNING 

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRM SELECTION)

COUNTRY: UNITED REPUBLIC OF TANZANIA 

NAME OF PROJECT: BOOSTING INCLUSIVE GROWTH FOR ZANZIBAR: INTEGRATED DEVELOPMENT PROJECT (BIG-Z). 

Loan No: IDA - 69140 –TZ

Assignment Title:   Consultancy Services for Design Review and Construction Supervision of Area-Based Integrated Urban Upgrading Program in Unguja (Tomondo, Sebleni- Kwa Wazee and Meya - Magomeni) and System C Drainage Works 

Reference No: TZ-POFP-274871-CS-QCBS 

This request for expression of interest follows the General Procurement Notice for the Boosting Inclusive Growth of Zanzibar: Integrated Development Project
(BIG-Z) that appeared in the UN Development Business online No. WB-P811333—8 of 27-08-2021

The United Republic of Tanzania has received financing from the World Bank toward the cost of the Boosting Inclusive Growth for Zanzibar Project (BIG-Z), and intends to apply part of the proceeds for consulting services. 

The Consultancy Services (“the Services”) includes the provision of  design review and validation of the existing detailed engineering designs, necessary updates of environmental and social safeguard documents, technical specifications/bill of quantities (BoQ) for the proposed works generally comprising of open spaces and markets, tertiary and secondary drainage, and street upgrading within the jurisdiction of the Municipal areas so that deficiencies (if any) are identified in time and adjustments are made before construction work started; Where necessary, carrying out: redesign, revision of drawings, identification/suggestion of suitable alternative routes or construction methodology for the works, sources of construction materials, material testing/quality control and any other professional activities that will control cost and time as well as enhance the quality of outputs, completeness, use and effectiveness of completed sub-projects/facilities;   Supervision of two works contracts to ensure that the construction works activities comply with safeguard requirements, quality, time, budget, approved design, drawings/ specifications, occupational health and safety requirements, and sound engineering practices; Preparation of final construction report and review of the contractor`s as-built drawings of all completed works; Monitor maintenance activities during the Defects Liability Period (DLP); andpreparation of the Project Completion Report.

The assignment shall be for thirty-five (35) calendar months, 5 months for design review, 18 months for construction and 12 months for the Defect Liability Period (DLP). 

The detailed Terms of Reference (TOR) for the assignment can be found at the following website: www.mofzanzibar.go.tz or upon request to the following email:  bigzpmt@gmail.com

The Principal Secretary, President’s Office Finance and Planning now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The shortlisting criteria are:

A: Core business and 10 years in business. 

B: Relevant similar experience as specified below 

  1. The firm should demonstrate at least ten (10) years of experience in the urban infrastructure development sector.
  2. Successful completion of at least three similar assignments in developing countries within the last 10 years.
  3. Documented experience in the implementation of at least 2 similar multi-sectoral integrated urban development contracts successfully completed within the last 10 years;
  4. Demonstrated experience in design and supervision of at least two (2) stormwater drainage infrastructure projects that address flooding in urban informal settlements;
  5. The firm should have relevant planning, design, and supervision experience in green infrastructure, open space, and public facilities;
  6. Demonstrated experience in environmental and social safeguards due diligence and high-quality supervision of Environmental and Social Management Plans (ESMPs). 

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 key staff. Key Experts will not be evaluated at the shortlisting   

     stage. 

The attention of interested consultants is drawn to section      III, paragraph 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.  

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours i.e. 07.30 am to 03.30 pm EAT excluding public holidays. 

Expressions of Interest must be delivered in a written form to the address below (in person or by mail) by 19th  October 2022. The firms that will submit their REOI via e-mail must get confirmation of the receipt of their documents from the Project Coordinator, BIG – Z Project. In case the firm does not receive an acknowledgement within two days after sending the documents via email they should call +255 776 979979 for follow-up.

The address referred above is:

President’s Office, Finance and Planning

Attn: Project Coordinator, BIG -Z Project

P.O.BOX 874

First Floor, Sea View-Wing, Vuga Street

Zanzibar – Tanzania

Email: bigzpmt@gmail.com 

The Principal Secretary, President’s Office Finance and Planning

CONTACT INFORMATION
Organization/Department PRESIDENT'S OFFICE-FINANCE AND PLANNING
Name Hamad Said
Address P. O. BOX 1154, VUGA STREET, SEA VIEW WING, P.O BOX 874, ZANZIBAR
City 
Province/State Tanzania
Postal Code 
Country Tanzania
Phone +255 776 979979
Email Hamadbakar53@gmail.com

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Similar tenders
By Locations
Funding agency:
ADA, EC, GIZ, MFA Netherlands, SIDA
Status:
awarded
Location:
Angola, Anguilla, Antigua and Barbuda, Aruba, Bahamas, Barbados, Benin, Botswana, British Virgin Islands, Burkina Faso, Burundi, Cameroon, Cape Verde, Cayman Islands, Central African Republic, Chad, Comoros, Congo, Cook Islands, Cote d'Ivoire, Cuba, Dem. Rep. Congo, Dominica, Commonwealth of, Dominican Republic, Equatorial Guinea, Eritrea, Eswatini (Swaziland), Ethiopia, Fiji, Gabon, Gambia, Ghana, Grenada, Guadeloupe, Guinea, Guinea-Bissau, Haiti, Jamaica, Kenya, Kiribati, Lesotho, Liberia, Madagascar, Malawi, Mali, Marshall Islands, Martinique, Mauritania, Mauritius, Micronesia, Montserrat, Mozambique, Namibia, Nauru, Niger, Nigeria, Niue, Palau, Papua New Guinea, Puerto Rico, Rwanda, Saint Kitts and Nevis, Saint Lucia, Saint Martin, Saint Vincent and the Grenadines, Samoa, Sao Tome and Principe, Senegal, Seychelles, Sierra Leone, Solomon Islands, Somalia, South Africa, South Sudan, Sudan, Tanzania, Togo, Tonga, Trinidad and Tobago, Turks and Caicos, Tuvalu, Uganda, US Virgin Islands, Vanuatu, Zambia, Zimbabwe