TANROADS

CONSTRUCTION OF MASASI – NACHINGWEA – LIWALE (175 KM) TO BITUMEN STANDARD THROUGH ENGINEERING, PROCUREMENT, CONSTRUCTION AND FINANCING (EPC+F) MODE OF CONTRACT,

WhatsApp
Twitter
Email
LinkedIn
Instagram

CONSTRUCTION OF MASASI – NACHINGWEA – LIWALE (175 KM) TO BITUMEN STANDARD THROUGH ENGINEERING, PROCUREMENT, CONSTRUCTION AND FINANCING (EPC+F) MODE OF CONTRACT, TENDER NO. AE/001/2021-22/HQ/W/67

REQUEST FOR EXPRESSION OF INTEREST

1. The Government of the United Republic of Tanzania in its financial year 2021/22 has planned to undertake several Projects through the Engineering, Procurement, Construction and Financing (EPC+F) Mode of Contact for Construction of Masasi – Nachingwea – Liwale (175 Km) to Bitumen Standard, Tender No. AE/001’2021- 2YHQAW67.

2. The Tanzania National Roads Agency (TANROADS), an Executive Agency of the Ministry of Works and Transport intends to shortlist contractors to undertake Engineering, Procurement, Construction and Financing (EPC+F) Mode of Contract. These will include (not limited to).

(). Project Financing:

(a). Carrying out Economic Study, the detailed engineering design, Detailed Environmental and Social Impact Assessment and development of Resettlement Action Plan;

(ii). Upgrading of existing gravel road (175 Km) to bitumen standard;

iv). Procurement and Construction; and (+). Quality assurance and control;

Tt is expected that a Request for Proposals will be made in October 2022.

3. The Applicants will be required to register on the TANePS to be able to participate in this selection process. All Requests for clarification should be sent through TANePS and the Employer will send responses w clarifications through TANePS – www.taneps.go.tz. The Applicants would be responsible for ensuring that any Clarification available on the website is also downloaded and incorporated.

4. The shortlisting shall be based on the following criteria: –

(i). The Applicant’s Information:

The following attachments shall be enclosed to provide the required information: –

(a) Provide Company Profile with proof of legal Incorporation with valid copies of Certificates of Incorporation/Article of Associations, Tax Compliance. Relevant Licenses.

(b) In the case of a Joint Venture (JV), a letter of inter to form a JV or JV Consortium agreement;

(c} In the case of a Government-owned Entity, documents establishing legal and financial autonomy and compliance with commercial law.

(ii). Historical Contract Non- Performance and litigation history:

The applicant shall list the non-performing contracts it has had in the last five years (including the total Contract Appoint in USS) while indicating the full details of the employer. reasons for non-performance and whether they have been resolved or are still pending. All pending litigations shall in total not represent more than 10% of the applicant’s net worth and shall be treated as resolved against the applicant.

Financial Season:

(a) Provide proof of Financial (Submission of Audited Financial Statement: for the last five years- 2021, 2020, 2019, 2018, and 2017) and Technical Capability to Camry out the Assignment as detailed in the scope of the EPC+F Mode of Contract.

(b) The applicant shall demonstrate a minimum average annual construction turnover of USS 200 million.

(iv), Capacity t Mobilize Project Financing

The applicant shall demonstrate its ability to mobilize the required financing by indicating the following:

(3) Magnitude of financing to be raised by the applicant,

(a) Commitment letters ‘references from the potential financier of the project,

(b) Proven experience in organizing the proposed type of financing: and

(c) References ‘recommendations for applicant from tenders or potential financiers

(5). Acceptability of loan terms that shall include the following information:

(a) Terms of financing (concessional or commercial loan);

(b) Interest rates:

(c) Grace and repayment period: and

(d) Any other requirements of the potential financier,

(vi). Contractor’s experience:

(a) General experience under construction contracts in the role of contractor, sub-contractor or management contractor for at least the last 5 years before the application submission deadline.

(b) Participation as the contractor, management contractor sub-contractor in at least one (1) compact within the last 5 years, with a value of USS 175 million that has been successfully and substantially completed and that similar to the proposed works. Evidence for the stated experience shall be ‘a substantial completion certificate or any other acceptable form detailing the contract dais of award, date of completion, amount of contact, that role played by the applicant. scope of work (including physical size, complexity and methodology technology used; as well as full details of the Employer.

(ii). Listing all necessary plane and equipment for use in the construction including (but not limited to) construction equipment. trucks, cranes, excavator, presets. rollers etc.

(viii). Propose a brief Project Execution Methodology, including the identification of agencies (as applicable) that will carry out the following activities: –

(a) Detailed design and engineering for the project including structures,

(b) Procurement and logistics,

(c} Third-party Inspection and certification, etc.

(d) Specialized studies (ep. Road Safety studies and any other studies).

(ix). Provide detailed information om organization structure, Ownership details, list of manpower and resources with bio-data, Discipline and geographical location-wise, permanent manpower strengths for providing support in the execution of proposed EPC+F project, current projects under execution and future workload. Any other information deemed relevant for this exercise.

5. Only Contractors or Consortium who possess solid and proven track records of execution of EPC projects of similar nature and magnitude and meet the “Specific Shortlisting Criteria” defined in Section 4 above.

6. Interested eligible Companies may obtain further information at the address below from 03:00 — 16.30 hours” local time on Mondays and Fridays inclusive except on public holidays.

The Secretary,

TANROADS Headquarters Tender Board

3 Floor. 10 Shaaban Robert Street/Garden Avenue.

P.O. Box 11364, Dar es Salaam

Tel: + 255 22 2926001-6;

Fax. +255 22 2926011:

E-mail: [email protected]

7. The Expression of Interest must be submitted through the Tanzania National Electronica Procurement System (TANePS) web-based link www taneps.po.tz on or before 10:00 hours local time on 27″ July, 2022. The Employer shall not be held liable for any delays due to system fairer beyond its control. Even though the system will attempt to notify the

Applicants of any updates, the Employer shall not be liable for any information not received by the Applicant. It is the Applicants’ responsibility to verify the website for the Latest information related to this process. Expression of Interests will be opened prompt thereafter through TANePS. Tanzania National Roads Agency

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related