Share
Print

NOTICE AT-A-GLANCE
Project ID: P171189
Project Title: Tanzania Cities Transforming Infrastructure & Competitiveness Project
Country: Tanzania
Notice No: OP00344842
Notice Type: Invitation for Bids
Notice Status: Published
Borrower Bid Reference: TZ-GTC-479367-CW-RFB
Procurement Method: Request for Bids
Language of Notice: English
Submission Deadline Date/Time: Mar 28, 2025 10:00
Published Date: 11-Mar-2025
Description: Package 2 - Construction of Geita Bus Stand in Geita Municipal
Details:
| THE UNITED REPUBLIC OF TANZANIA PRESIDENT’S OFFICE REGIONAL ADMINISTRATION AND LOCAL GOVERNMENT GEITA MUNICIPAL COUNCIL |
TANZANIA CITIES TRANSFORMING INFRASTRUCTURE AND COMPETITIVENESS (TACTIC) PROJECT
IDA CREDIT NO. 7151 - TZ
TENDER NO. LGA/160/TACTIC/P171189/2024/2025/W/01
Package 2: Construction of GeitaBus Terminal in Geita Municipality
SPECIFIC PROCUREMENT NOTICE
Request for Bids (RFB)
1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the United Nations Development Business (UNDB) online Notice No. OP00215554 of February 21, 2023.
2. The Government of the United Republic of Tanzania has received a financing from the World Bank toward the cost of the Tanzania Cities Transforming Infrastructure and Competitiveness (TACTIC) Project coordinated by the President’s Office, Regional Administration and Local Government (PO-RALG) through a Project Coordination Team (PCT) under the Geita Town Council and intends to apply part of the proceeds toward payments under the contracts for Package 2 – Construction of Magogo Bus Terminal in Geita Municipality
3. Geita Town Council now invites sealed Bids from eligible Bidders for Package 2 – Construction of Magogo Bus Terminal in Geita Municipality the works to be completed within 12 months.
Table 1: Estimated Quantities for Major Items of Works
| S/No. |
Description |
Unit |
Approx. Quantity |
| 1. |
Excavation and earthwork |
Cu.m |
9,530 |
| 2. |
Imported Backfilling Materials |
Cu.m |
6,580 |
| 3. |
Hardcore |
Sq.m |
2,000 |
| 4. |
Concrete grade C20 |
Cu.m |
980 |
| 5. |
Concrete grade 25 |
Cu.m |
2460 |
| 6. |
High yield reinforcement |
kg |
140,540 |
| 7. |
Roofing Covering |
Sq.m |
4,440 |
| 8. |
Roof Steel Structure |
kg |
32,650 |
| 9. |
Blockwork |
Sq.m |
7,540 |
| 10. |
Formwork |
Sq.m |
21,890 |
| 11. |
Plastering |
Sq.m |
24,430 |
| 12. |
Painting |
Sq.m |
24,430 |
| 13. |
Floor finish |
Sq.m |
5,230 |
| 14. |
Paving Blocks |
Sq.m |
14,660 |
4. 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” Fifth Edition, September 2023 (“Procurement Regulations”), and is open to all Bidders as defined in the Procurement Regulations.
5. Qualifications requirements for the works include: (i) experience as prime contractor in construction of at least two works similar nature and complexity in the last five years each of minimum value of USD 4.6 million , (ii) Average Annual Turnover calculated as total certified payments received for contracts in progress or completed, within the last five (5) years of USD 9.1 million, (iii) minimum amount of liquid assets and/or credit facilities net of other contractual commitments of USD 1.5 million. Procurement of the Works under this bid is advertised and will be executed concurrently with other three (3) Cities/Municipalitiesunder the TACTIC Project namely, Package 2 in Arusha City Council, Package 2 in Morogoro Municipality, Package2in Songea Municipality. Hence, regarding Award Criteria for Multiple Contracts, the Employer will aggregate minimum requirements for respective packages/bids as specified under items 3.1, 3.2, 4.2(a) and 4.2(b) of Section III. However, with respect to the specific experience under item 4.2 (a) of Section III; Item (b) for Multiple Contracts; Option 1 shall apply. With regard to Key Personnel and Equipment, to be awarded multiple contracts, the bidder must present separate sets of equipment and separate teams of key personnel for each Package. Further details and complete qualification requirements are provided in the Bidding Document.
Bidders have the option to Bid for any one or more Packages and for any one or more Packages within a Package. Bids will be evaluated package-wise, taking into account discounts offered, if any, for combined packages and/or Packages within a package. The contract(s) will be awarded to the Bidder or Bidders offering the lowest evaluated cost to the Employer for combined packages, subject to the selected Bidder(s) meeting the required qualification criteria for combination of packages. Cross-discounts for packages will not be applied.
6. The Bidding Document is available online on NeST - https://www.nest.go.tz. Bidders will be required to register on the NeST to be able to participate in this bidding process. Interested bidder will be required to purchase bidding document through the portal upon payment of non-refundable fee generated in the NeST. Payment is performed through dedicated payment gateway integrated in NeST. All requests for clarification should be sent through NeST and the Employer will send Responses to Clarifications, Minutes of Pre-bid Meeting and Amendments through NeST - https://www.nest.go.tz and email notification will also automatically be sent to those bidders who have started working on this bid. The bidders would be responsible for ensuring that any addenda available on the website is also downloaded and incorporated.
7. Bids must be submitted online through NeST - https://www.nest.go.tz on or before 10:00 am local time on Friday, March 28, 2025, and bids will be opened through NeST on Friday, March 28, 2025, at 10:30 am local time. The NeST would not allow any late submission of bids. The Employer shall not be held liable for any delays due to system failure beyond its control. Even though the system will attempt to notify the bidders of any bid updates, the Employer shall not be liable for any information not received by the bidder. It is the bidders’ responsibility to verify the website for the latest information related to this bid.
8. All Bids must be accompanied by a Bid Security of TZS 313,000,000.00 (Tanzanian Shillings Three Hundred Thirteen Million Only) or an equivalent amount in freely convertible currency valid for 28 days beyond the bid validity period (i.e., 148 days after the bid submission deadline). The Bid Security shall be an Unconditional Bank Guarantee or Irrevocable Letter of Credit or Banker's Cheque addressed to: Municipal Director, Geita Municipal Council, 11 Geita TC Road, P.O. Box 384, 30182 Geita, Tanzania. The Bidders have to submit a scanned copy of the Bid Security on the NeST as per the format provided in the Bidding Documents. The Original copy of the Bid Security must be submitted on or before 10:00 am local time on Friday, March 28, 2025, In case the original copy of the Bid Security is not submitted by bidder at the date and time specified, the bid will not be considered.
9. Pre-Bid meeting including site visits shall take place at Geita Municipal Council, Coordinator’s Office, on Monday March 17, 2025, at 09:00 am localtime.
10. 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.
11. The address referred to above is:
Municipal Director,
Geita Municipal Council,
11 Geita MC Road, P.O. Box 384,
30182 Geita, Tanzania
Tel: +255 28 250 2437,
Fax: +255 28 250 2347,
Email: td@geitatc.go.tz, manunuzi@geitatc.go.tc
CONTACT INFORMATION
Organization/Department: Geita Town Council
Name: Eng. Makongoro J. Igungu
Address: Geita
City:
Province/State:
Postal Code:
Country: Tanzania
Phone: +255 754 970 918
Email: igungu.mj@gmail.com
Website:
